CENTRAL RAILWAY

ENGINEERING DEPARTMENT

DRM (W) NGP Tender Notice No. & Date DRMWNGP-31-2017 dt. 21.05.2018

Tender Sr. No. 2

Name of work: (A) Proposed miscellaneous P.way work , repairs to track, scattered renewal of sleepers in Butibori Umrer siding on SSE(T) length under ADEN (S)Nagpur sub-division. (B) Proposed miscellaneous P.way work , repairs to track, scattered renewal and Deep screening of loop lines on SSE(T) Nagpur / Sewagram length under ADEN (S)Nagpur sub-division. Approximate cost in Rs. 11424280.84

Earnest money in Rs. 207130.00

Completion period 12 months

Cost of tender booklet in Rs. 5000/-

NAME & ADDRESS OF THE TENDERER: ______

INSTRUCTIONS / SPECIAL CONDITIONS TO THE TENDERERS 1.0 MINIMUM ELIGIBILITY CRITERIA: The Minimum Eligibility Criteria for open tenders costing Rs.50 Lakhs & above is given below:- 1.1 The tenderer should have At least one similar single work, for a minimum value of 35% of advertised tender physically completed within value of work. the qualifying period i.e. the Note: last three financial years and (i)Similar nature of works physically completed within the qualifying period, i.e. current financial year. the last 3 financial years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria. (ii)The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, should be considered. (iii) In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deductions is to be considered. If final measurements have been recorded and work has been completed with negative variation then also the paid amount including statutory deductions is to be considered. (iv) However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. (v) In the case of composite works involving combination of different works, even separate completed works required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who has completed one bridge work with pile foundation of value at least equal to 35% of the tender value and also has completed one bridge work with PSC superstructure of value at least 35% of the tender value, should be considered as having fulfilled the eligibility criterion of having completed single similar nature of work. 1.2 Total contract amount Total contract amount received during the last three financial years and in the received during the last three current financial year should be a minimum of 150% of advertised tender value of financial years and in the work. current financial year.

Note- Similar Nature of work- Any track work by manually or mechanically means involving deep screening or TSR OR TRR or casual renewals or TWR or Turnouts or dismantling of track etc. Certificate for works executed for private individuals/organization shall not be considered. (i) Following documents will be relied upon for working out the total contractual payment received by the tenderer to evaluate credential against criterion (1.2) above, (a) Attested copies of Annual Income tax returns file with Income tax department. (b) Attested copy of Tax deducted at Source (TDS) certificate. (c) Attested copy of Audited Balance sheet duly certified by the Chartered Accountant. (d) Attested certificates from Employer/clients about contractual payment received for the work done. 1.1 INSTRUCTION FOR TENDERERS (i) The tenderers shall submit a notarized affidavit on a non-judicial stamps paper stating that they are not liable to be disqualified and all their statements/documents submitted alongwith bid are true and factual. Standard format of the affidavit to be submitted by the bidder is enclosed as annexure-A. Non submission of affidavit by the bidder shall result in summary rejection of his/their bid. And it shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self attested by which they/he is qualifying the Qualifying Criteria mentioned in the Tender Document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned.

2

(ii) (a) The Railway reserves the right to verify all statements, information and documents submitted by the bidder in his tender offer, and the bidder shall when so required by the Railway, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification by the railway shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any rights of the railway thereunder.

(b) In case of any wrong information submitted by tenderer, the contract shall be terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of contract forfeited and agency barred for doing business on entire Indian Railways for 5 (five) years.

1.2 THE TENDERER SHOULD SUBMIT THE FOLLOWING DOCUMENTS ALONG WITH TENDER:- (a) List of personnel, organization available on hand and proposed to be engaged for the subject work. (b) List of plant & machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work. (c) List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of schedule completion of work. Date of actual start, actual completion & final value of contract should also be given.

(d) List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award. Note- In case of items (c) & (d) above, supportive documents/certificates from the organizations with whom they worked/are working should be enclosed. 2.0 OTHER INFORMATION 2.1 Tenderer may participate electronically in e-tender through website www.ireps.gov.in and submission of manual offers against e-tenders are not allowed and if any offers submitted shall neither be opened nor be considered. 2.2 If any plan/drawing is attached with the Tender Form, Rs.200/- per plan/drawing will be levied extra. 2.3 Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through online payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker's cheque, Deposit receipts, FDR etc. are not allowed. 2.4 The tenderer(s) should attach their credentials along with their offer. 2.5 Tenderers have to give details of PAN No. and TIN No. of his/their firm.

3.0 For the present tender the Price variation clause is not applicable. 4.0 Joint Venture is not applicable to this tender. 5.0 Mobilization advance clause not applicable.

3

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS

MEANING OF TERMS 1.1 These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of Contract which are referred to herein and shall be subject to modifications additions of super session by special conditions of contract and/or special specifications, if any annexed to the Tender Forms. 1.2 Definition: In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires (a) “Railway” shall mean the President of the Republic of or the Administrative Officers of the Central Railway or of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf. (b) “General Manager” shall mean the Officer in charge for the general Superintendence and control of the Railway and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway. (c) “Chief Engineer” shall mean the Officer in charge of the Engineering Department of Central Railway and shall also include the Chief Engineer (Construction), Chief Signal & Telecommunication Engineer, Chief Signal & Telecommunication Engineer (Construction), Chief Electrical Engineer and Chief Electrical Engineer (Construction) and shall mean & include their successors of the Successor Railway. (d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Central Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. (e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal and Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Constructions), Divisional Electrical Engineer & Divisional Electrical Engineer (Construction), in executive charge of the works and shall include the superior officers of the Engineering, Signal & Telecommunication and Electrical Department of Railway, i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer/ Chief Engineer (Construction), Senior Divisional Signal & Telecommunication Engineer/Deputy Chief Signal & Telecommunication Engineer/Chief Signal & Telecommunication Engineer/Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/Deputy Chief Electrical Engineer/Chief Electrical Engineer (Construction) and shall mean & include the Engineers of the Successor Railway. (f) “Tenderer” shall mean the Person/the firm/co-operative or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns. (g) “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved or select list of contractors with the Railway. (h) “Open Tenders” Shall mean the tenders invited in open and public manner and with adequate notice. (i) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to specifications. (j) “Specifications” Shall mean the specifications for materials and works of the Central Railway as specified in Part-III of the Works Hand Book /IRUSS 2010 Vol. I &II issued under the authority of the Chief Engineer or as amplified added to or superseded by special specifications if any, appended to the Tender Forms. (k) “Schedule of Rates of the Central Railway” shall mean the schedule of Rates issued under the authority of the Chief Engineer from time to time. (l) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms. 1.3 Words importing the singular number shall also include the plural and vice versa where the context requires. 2.1 APPLICATION FOR REGISTRATION: Works of construction and of supply of material shall be entrusted for execution to contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. For this purpose, list of approved contractors shall be maintained in the Railway. The said list shall be revised periodically once in a year or so by giving wide publicity through advertisements, etc. A Contractor including a contractor who is already on the approved list shall apply to the nearest General Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager, Chief Engineer/Chief Engineer (Construction), Chief Signal & Telecommunication Engineer/Chief Signal & Telecommunication Engineer (Construction) and Chief Electrical Engineer/Chief Electrical Engineer 4

(Construction), furnishing particulars regarding:- (a) his position as an independent contractor specifying Engineering organization available with details or Partners/Staff/Engineers employed with qualifications and experience; (b) his capacity to undertake and carry out works satisfactorily as vouched for by a responsible official or firm, with details about the transport equipment, construction tools and plants, etc., required for the work, maintained by him; (c) his previous experience of works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified if needs be, by reference to the signatories thereof; (d) his knowledge from actual personal investigation of the resources of the area/zone or zones in which he offers to work; (e)his ability to supervise the work personally or by competent and duly authorized agents; (f) his financial position. 2.2 An applicant shall clearly state the categories of works for which and the area/zone/ division(s)/district(s) in which he desires registration in the list of approved contractors. 2.3 The selection of contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by Railway. 2.4 An annual fee as prescribed by the Railway from time would be charged from such approved contractors to cover the cost of sending notices to them and clerkage for tenders, etc. 2.5 The list of approved contractors would be treated as confidential office record. TENDER FOR WORKS 3. Tender form shall embody the contents of the contract documents either directly or by reference and shall be as per specimen form, Annexure I. Tender Forms shall be available on payment of the prescribed fees to the appropriate contractors on the list of approved contractors. Contractors not on the list of approved contractors, will, on payment of the prescribed fees, be furnished with tender forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works and an authorized copy of the current Income Tax Clearance Certificate/Payment certificate or Chartered Accountant’s certificate for total Contract Amount received, turnover etc. as mentioned in the minimum eligibility criteria without which their tenders will not be considered.

4. OMISSIONS AND DISCREPANCIES- Should a tenderer find discrepancies in or omissions from the drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. 5. EARNEST MONEY:- The tenderer shall be required to deposit earnest money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the Tender, under the conditions of Tender, Annexure-I. (a). The earnest money shall be rounded to the nearest Rs.10. This earnest money shall be applicable for all modes of tendering. The earnest money should be as under:-

Value of the work (Tender Value) Earnest Money for due performance of stipulation to keep the offer open till the date specified. i) For works estimated to cost up to 2% of the estimated cost of the work Rs.1 Crore ii) For works estimated to cost more Rs.2 Lakhs plus ½ % (half percent) of the excess of estimated cost than Rs.1 Crore of work beyond Rs. 1 Crore subject to a maximum of Rs.1 Crore

5.1 It shall be understood that the tender documents have been sold/issued/made available to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer of DRM (W) Nagpur. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. 5.2 If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract in terms of Clause 16 of General Condition of Contract. This amount of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to execute the Agreement Bond within 15 days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect.

5

5.3 The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon. 5.4 The facility of SEM to the approved contractors has been withdrawn. The tenderers are requested to deposit EMD along with the tender. 6. CARE IN SUBMISSION OF TENDERS:- (a)(i) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of the Standard General Conditions of Contact for the completion of works to the entire satisfaction of the Engineer. (ii) Tenderers will examine the various provisions of The Central Goods and Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act, 2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/respective state's State Goods and Services Tax Act (SGST) also, as notified by Central/State Govt & as amended from time to time and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates. (iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without which no payment shall be released to the contractor. The contractor shall be responsible for deposition of applicable GST to the concerned authority. (iv) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned authority. (b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. (c)The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 7. RIGHT OF RAILWAY TO DEAL WITH TENDERS: The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action. CONTRACT DOCUMENT

8. EXECUTION OF CONTRACT DOCUMENT: The Tenderer whose tender is accepted shall be required to appear in person at the office of the General Manager/General Manager (Construction) Chief administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 15 days after notice that the contract document is ready for execution. Fail ure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default. 9. FORM OF CONTRACT DOCUMENT: Every contract shall be complete in respect of the document it shall so constitute. Not less than 2 copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor.

6

CONTRACT DOCUMENTS ANNEXURE-I CENTRAL RAILWAY TENDER FORM (FIRST SHEET) Tender No.: DRMWNGP- 31-201 of 21.05.2018 Name of Work: (A) Proposed miscellaneous P.way work , repairs to track, scattered renewal of sleepers in Butibori Umrer siding on SSE(T) Nagpur length under ADEN (S)Nagpur sub-division. (B) Proposed miscellaneous P.way work , repairs to track, scattered renewal and Deep screening of loop lines on SSE(T) Nagpur / Sewagram length under ADEN (S)Nagpur sub-division. To, The President of India, Acting through, Divisional Railway Manager (Works) Central Railway, Nagpur. I/We have read various conditions to tender attached here to and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 45 Days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money” I/We offer to do the work for Central Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 12 Months from the date of issue of letter of acceptance of the tender."

2. I/We also hereby agree to abide by the General Conditions of Contract as amended and / or corrected from time to time and obtaining at the time of accepting of the tender and at the time of execution of the agreement and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/ Specifications and the Central Railway Works Hand Book Part III/IRUSS 2010 Vol. I & II corrected upto printed/advance corrected upto tender opening date Sanitary work Hand book corrected upto printed/advance correction slip upto tender opening date Schedule of Rates/USSOR-2011 corrected upto printed / advance correction slip upto tender opening date for the present contract. 3. A sum of Rs.207130.00 is herewith forwarded as Earnest money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if: -

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready and

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of Witnesses: ------(1)...... Signature of Tenderer(s)

(2)...... Date...... Address of the Tenderer

7

ANNEXURE I TENDER FORM (SECOND SHEET)

1. Instructions to tenderers and conditions of tender – The following documents form part of tender / contract. (a) Tender forms – First sheet & Second sheet. (b) Special conditions / specifications [ enclosed ] (c) Schedule of Approximate quantities [enclosed] (d) General conditions of contract (with latest amendments)& standard specification for materials & works as laid down in Works Hand Book & sanitary works Hand Book of Central Railway and Indian Railway Unified Standard Specifications -2010 (Vol. I & II) as amended / corrected upto correction slip mentioned in First sheet of tender form, copies of which can be seen in the office of DRM(W) NAGPUR or obtained from the office of the Principal Chief engineer, Central Railway CSTM on payment of Rs.100/-, Rs.100/- & Rs.1000/- per volume respectively. (e) Central Railway Unified Standard Schedule of Rates-2011/SOR-2002(P. way) as amended / corrected upto correction slip mentioned in First sheet of tender form, copies of which can be seen in the office of DRM (W) NAGPUR or obtained from the office of the Principal Chief engineer, Central Railway CST on payment of Rs.1000/- & Rs.100/- respectively. (f) All general & detailed drawings pertaining to this work which will be issued by the engineer or his representatives [from time to time] with all changes & modifications. 2. Drawings for the work: The Drawings for the work can be seen in the office of DRM (W) NAGPUR and/or Chief Engineer, Central Railway, CST Mumbai at any time during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time. 3. The tenderer [s] shall quote his / their rates as a percentage above or below the schedule of rates as per SSOR 2002 (P. way)/USSOR-2011 applicable to NAGPUR division except where he / they are required to quote item rates and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee work under each item of the schedule. 4. Tenders containing erasures and/or alterations of the tender documents are liable to be rejected. Any correction made by Tenderer(s) in his/their entries must be attested by him/them. 5. The work is required to be completed within a period of 12 months from the date of issue of acceptance letter 6. Rights of the Railway to deal with tender: The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders. 7. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. 8. If the tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character. 9. Tenderer’s Credentials: Documents testifying tenderer’s previous experience and financial status should be produced along with the tender or when desired by competent authority of the Central Railway. Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of Central Railway should submit alongwith his/their tender credentials to establish. (i) His capacity to carry out the works satisfactorily. (ii) His financial status supported by Bank reference and other documents. (iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past. 10. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected. 11. Execution of Contract Documents: The successful tenderer [s] shall be required to execute an agreement with the President of India acting through the Central Railway for carrying out the work according to the General Conditions of Contract (with latest amendments), Special Conditions / Specifications annexed to the tender & specifications for work & material laid down in the Works Hand Books Part III & Sanitary Works 8

Hand Book of Central Railway and IRUSS 2010 (Vol. I & II) as amended / corrected upto Correction slip mentioned in the tender form [first sheet]. 12. Partnership deed, Power of Attorney etc: The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed alongwith the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed alongwith tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 13. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit alongwith the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration. 14. Employment/Partnership, etc., of Retired Railway Employees: (a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted Officer working before his retirement, whether in the executive or administrative capacity, or whether Holding a pensionable post or not, in Engineering department of any of the railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected. (b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in Engineering department of the Central Railway, the authority inviting tenderers shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract.

9

ANNEXURE I (Contd……….)

TENDER FORM (THIRD SHEET)

Name of Work: ------

SCHEDULE OF RATES AND QUANTITIES

Sr.No. Item No. Description of Approximate Unit Rates in figures Amount item of work Quantity and in words ` P. ` P. 1 2 3 4 5 6 7

------tender schedule enclosed separately ------

The quantities shown in above schedule are approximate and are as a guide to give the tenderer(s) an idea of quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account.

I/We undertake to do the work at …………………………%Above/Below the schedule of Rates of the Central Railway as applicable to NAGPUR DIVISION or at the rates quoted above for each item..

Dated...... : ......

Signature of Tenderer(s)

Note: 1) Tender schedule of rates and quantities is attached separatelyt. 2) Column 1 to 5 shall be filled by the office of the Authority inviting tender. Column 6 &7 shall be filled by the Tenderer(s) only when percentage tenders are not invited.

10

ANNEXURE-II Central Railway Agreement of Works Contract Agreement No...... Dated...... ARTICLES OF AGREEMENT made this ...... day of...... between the President of India acting through the Railway Administration herein after called the "Railway" of the one part and ...... hereinafter called the "Contractor" of the other part.

WHERE AS the Contractor has agreed with the Railway for the performance of the works ...... setforth in the schedule hereto annexed upon the General Conditions of contract as amended and/or corrected from time to time and obtaining at the time of accepting of the tender and at the time of execution of the agreement and the specifications of the Central Railway contained in the Works Hand Book, Part III,/IRUSS-2010 corrected upto Printed/Advance/Correction Slip upto tender opening date and Sanitary Works Hand Book corrected upto Printed/Advance Correction Slip upto tender opening date and the schedule of Rates of the Central Railway, corrected upto Printed/Advance Correction slip upto tender opening date and the special conditions and special specifications, if any, and in conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railways the Contractors will duly perform the said works in the schedule setforth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the ...... day of...... and will maintain the said works for a period of ...... Calendar Months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully setforth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions the Railway will pay or cause to be paid to the Contractor for the said works on the final completion there of the amount due in respect thereof at the rates specified in the Schedule hereto annexed.

Contractor……………………. Divisional Railway Manager (Works) Central Railway, Nagpur For & Behalf of the President of India)

Address……………………….. Date………………

Date……………………………

Signature of witnesses with address to Witnesses……………………….. signature of Contractor

11

ANNEXURE-III WORK ORDER FOR WORKS (Valued at over Rs. 10,000/-)

Work Order No...... Dated...... Name of work...... (Site)...... Schedule of drawings...... Authority...... Allocation......

Mr. / M/s...... Contractor/Contractors having agreed with the Railway is/are hereby ordered to carry out the works setforth in the schedule below in accordance with the General Conditions of Contract as amended and/or corrected from time to time and obtaining at the time of accepting of the tender and at the time of execution of the agreement and the Standard Specifications of the Central Railway contained in works Hand Book. Part III/IRUSS-2010, corrected upto Printed/Advance Correction Slip upto tender opening date the schedule of rates Part I corrected upto Printed/ Advance Correction Slip upto tender opening date and schedule of rates, Part II/ USSOR-2011 corrected upto Printed/ Advance Correction Slip upto tender opening date and special conditions and special specifications, if any, and in conformity with drawings annexed hereto at the rates specified in the said schedule and complete the same on or before the ...... day of...... and maintain the said works for the period of ...... from the certified date of the completion. The quantities setforth in the said schedule shall be considered approximate and subject to variation under clause 42 of the General Conditions of Contract.

Contractor……………………. Divisional Railway Manager (Works) Central Railway, Nagpur For & Behalf of the President of India)

Address……………………….. Date………………

Date……………………………

Signature of witnesses with address to Witnesses……………………….. signature of Contractor

12

CONTRACTOR'S AGREEMENT

I offer to do the work at the rates entered in the schedule of rates on the reverse which I have signed, and I understand that no fixed quantity of work is given to me to do that in starting work I am only given a place to work in or to deposit materials on, and that I have no claim to more than one unit of work as entered in the Schedule of Rates. I agree that all works done and materials delivered shall be subject to the approval of the Engineer in Charge, who may reject and decline to pay for whatever may be in his opinion inferior or defective or either and I agree that the Standard Specifications contained in the Works Hand Book Part III, corrected upto Printed/Advance Correction Slip upto tender opening date and Sanitary Works Hand Book corrected upto Printed/Advance Correction Slip upto tender opening date and Indian Railways Unified Specifications (Works & materials) -2010 Volume I & II of Central Railway in so far as they are not over-rule by items of this agreement, shall be deemed part of this agreement. I agree that no work under this work order shall be assigned or sublet without the previous written approval of the Divisional/Site Engineer.

I agree that my work may be stopped at any time by the Site Engineer on his giving me or my agent on the works seven days notice in writing and I agree that the measurement of my works shall be made by the Engineer at any time appointed by him in writing subsequent to the expiry of the said notice and measurement shall be made by him at the said time whether I am present or not and that on payment for work done and approved materials delivered at site of work as ascertained by the said measurement, I shall have no further claim against the Railway and I agree that any dispute arise on matters connected with this agreement, the same shall be referred to a person to be nominated in this behalf by the GM CSTM for the time being of the Railway, whose decision in writing shall be final and binding on both parties.

I agree that any claim I have to make shall be made in writing within seven days of date of measurement taken by the Engineer as aforesaid and that any claims in respect of such measurement made more than seven days after taking of such measurement shall be deemed to have waived by me.

I agree to indemnify the Railway against any claims, which may be made under Workmen's Compensation Act, 1923.

WITNESS CONTRACTOR Name………………… …. Name………………………….. Address…………………... Address..……………………….

Note: If the agreement is for a work for which a special act of the legislature exist e.g. the Indian Mines Act, the agreement should include a clause indemnifying the Railway against all claims arising of provision of such Act. I agree to pay the rates at …..…..……………..%Above/Below Schedule of Rates as applicable to Nagpur Division set forth in the schedule of rates herein for finished and approved work

Divisional Railway Manager (Works) Central Railway, Nagpur Date……………. For & Behalf of the President of India

I/We agree to complete the work herein set forth on or before the date specified herein and to maintain the same for period of Nil from the certified date of their competition and in conformity with the document herein referred to, and all the condition therein mentioned shall be deemed and taken to be part of this contract as if the same had been fully set forth therein.

Signature of witnesses 1.………………. Contractor………………. with addresses, to signature Address…………………. of contractor 2. …………….. Date……………………..

13

ANNEXURE-IV Work Order for Works Nagpur Division

Work Order No...... Original/Duplicate/Triplicate No...... dated......

I/We will carry out the following work according to the agreement at back.

SCHEDULE OF RATES

Particulars Rates (Rs.) Per Remarks

WITNESS CONTRACTOR

Name……………………………… Name……………………………………..

Address…………………………… Address…………………………………..

I agree to pay the above mentioned rates for finished and approved work.

Divisional Railway Manager (Works) Central Railway, Nagpur Date……… .……. For & Behalf of the President India

14

SPECIAL CONDITIONS OF CONTRACT 1 GENERAL 1.1 These “Special conditions & specification, Instructions to Tenderers and the stipulations made in the schedule of quantities & rates” shall govern the works executed under this contract in addition to the “Indian Railway Unified Standard Specification (works & Materials) Volume I & II-2010, General Conditions of Contract, Central Railway Unified Standard Schedule of Rates-2011, SSOR-2002 (P. way)”, each, as amended by correction slip from time to time. 1.2 Where there is any conflict between these “Special condition and specifications” and the “Schedule of quantities & rates” on one hand and the “Indian Railway Unified Standard Specification, General Conditions of Contract and the Central Railway Unified Standard Schedule of Rates/SSOR 2002 (P. way) on the other, the former shall prevail. 1.3 All references in this document to the word “Standard Specification” shall mean the specifications mentioned in the “Indian Railway Unified Standard Specification for Materials and Works". 1.4 Any foot note/s appearing below the item/s of the contract schedule will take precedence over these Special Conditions. 1.5 Any Specifications/conditions stated by the tenderer in the covering letter submitted alongwith his tender shall be deemed to be a part of the contract only to such extent as have been explicitly accepted by the Railway. 1.6 The General Conditions of Contract will mean the General Conditions of Contract as amended and/or corrected from time to time and obtaining at the time of accepting of the tender and at the time of execution of the agreement mentioned in clause 15 under Conditions of Tender. It should be the responsibility of the Contractor before submitting his tender and again before entering into said agreement to ascertain all amendments and/or corrections made to the said General Conditions of Contract. 2 SECURITY DEPOSIT ON ACCEPTANCE OF TENDERS: 2.1 SECURITY DEPOSIT: 2.1.1 Unless otherwise specified in the special conditions if any the security deposit/rate of recovery/mode of recovery shall be as under: (a) Security deposit for each work should be 5% of the contract value. (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. (c) Security deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc shall be accepted towards Security Deposit. (d) The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in the above Clause will not exceed the security amount recoverable at the rates mentioned above. 2.1.2 Security deposit will be released with due approval of competent authority only after the expiry of the maintenance period and after passing of the final bill based on "No Claim Certificate". Before releasing the SD an unconditional and unequivocal ‘no claim certificate’ from the contractor concerned should be obtained. However if contractor desires after the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him with due approval of competent authority in lieu of FDR/irrevocable Bank Guarantee for the equivalent amount to be submitted by him. The competent authority shall normally be the authority who is competent to sign the contract. If this competent authority is of the rank lower than JA Grade Officer, then a JA Grade officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railway against the contract concerned. 2.2 No interest will be payable upon the Earnest Money and Security Deposit or any amounts payable to the contractor under the contract. 3 PERFORMANCE GUARANTEE (PG): 3.1 The procedure for obtaining Performance Guarantee is outlined below: a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting

15

EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value: (i) Deposit of Cash (ii) Irrevocable Bank Guarantee (iii) Government Securities including State Loan Bonds at 5% below the market value (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks (vi) Deposit in the Post Office Saving Bank (vii) Deposit in the National Savings Certificates (viii) Twelve years National Defence Certificates (ix) Ten years Defence Deposits (x) National Defence Bonds (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also FDR in favour of FA & CAO (free from any encumbrance) may be accepted. NOTE: The instruments as listed above will also be acceptable for Guarantee in case of Mobilization Advance (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days. (d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor. (e) The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor. (f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member / partner of such a firm shall be debarred from participating in the tender for the balance work in his / her individual capacity or as a partner of any other JV / partnership firm. (g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and / or without prejudice to any other provisions in the contract agreement) in the event of: (i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 3.2 The earnest deposited by the contractor with his tender will be retained by the Railway as part of security for the due and faithful fulfillment of the contract by the Contractor. The balance to make up this security deposit will be recovered by percentage deductions at the rate of 10% from the Contractor's "on-account-bill". Provided also that in case of a defaulting contractor, the railway may retain any amount due for the payment to the contractor on the pending "on account bill" so that the amount or amount so retained may not exceed 10% of the total value of the contract. 3.3 Copy of prescribed format on which BG are accepted from the contractors is enclosed as PROFORMA-V. 3.4 All the Bank Guarantee to be submitted by the issuing Bank to Divisional Railway Manager (Works), 1st floor, DRM Office Building, Central Railway, Kingsway, Nagpur- 440001 under Registered Post (AD)/Speed Post/Courier Service 3.5 In exceptional cases, where the BGs are received through the contractors, suppliers etc., the issuing branch should be requested to immediately send by Registered Post (AD)/ /Speed Post/Courier Service an unstamped duplicate copy of the guarantee directly to the Divisional Railway Manager (Works), 1st floor, DRM Office Building, Central Railway, Kingsway, Nagpur- 440001 with a covering letter to compare with the original BGs and confirm that it is in order. 16

3.6 Performance Guarantee if delivered by hand shall be acknowledged by respective/concerned Office Superintendent (Rate) i.e. OS (Rate) of concerned Sr. DEN/DEN on any working day in the office of the DRM (W) Nagpur. If the 60th day is following on holiday, then the same can be accepted on the next working day. 4. HIRE OF PLANT & MACHINERY AND OTHER FACILITIES. 4.1 The contractor shall make his own arrangements for all plant and machinery other facilities equipments, tools, including spare parts, fuel and consumable stores, and all labour required to ensure efficient methodical execution of the work. The rates quoted and accepted shall be deemed to be inclusive of all charges of such items. 4.2 On the contractor’s request, the Railway may, however, give on hire plant and machinery/other facilities, equipment and tools, if available spare with the Railway, without any commitment on the part of the Railway to do so, in which case, the hire charges for plant and machinery will be calculated to cover interest, ordinary repairs and maintenance charges at 5%, special repairs and maintenance charges at 10%, depreciation charges as per extant rules of the Railway, and an additional 10% on the total of these four above, on the cost of the Plant and Machinery, which will be present day market value plus freight and other incidental charges increased by 12 ½% supervision charges. 4.3 Hire charges for items other than plant & machinery, which do not require any form of repair and maintenance, shall only take into account interest on capital, depreciation and an additional 10% on these two. 4.4 The hire charges per day shall be arrived at by dividing the annual hire charges by 250, which shall be assumed to be the number of working days in a year for this purpose only. These hire charges will be payable from the day the plant is handed over to the day it is returned to the Railway administration. If, however, during this period the plant remains out of order for reasons beyond the control of the contractor, or is withdrawn for periodic overhaul or any repairs, such periods shall not be counted for levy of hire charges. The contractor shall enter into a separate agreement in this respect and the terms and conditions as per the agreement will be final and binding on the contractor. 4.5 In the event of a plant or equipment or facility given on hire to the contractor not being returned to the railway administration in a reasonably good working order/depreciation that it would have suffered for the period of hire, the Railway shall treat the plant/facility as on sale, as per extant orders of the Railway, from the date it was initially given on hire, withdrawing the hire terms and charges. 4.6 If, however, the plant and machinery/other facilities, equipments, and tools relinquished by the contractor are not available in Railway’s stock or the Railway decides not to supply the same for reasons whatsoever, neither the Railway shall be bound to arrange for the supply thereof nor will the Railway’s inability to supply them be accepted as an excuse for delay in the completion of the works/or for any claims thereof. 5. SUPPLY OF MATERIALS BY RAILWAYS 5.1 Railway’s materials such as plates, tie-bars, angle iron, R.S.Js., Channels, rails, P. way fittings etc. or any other items as are stipulated in the agreement to be issued to the Contractor for the work either free of charge or on payment as the case may be, will be issued to him at the Railway’s central depot i.e. SSE (P. way)/Stores/Ajni and will have to be transported by the contractor to the site of work at his cost. All such materials will be used by the Contractor for the work in such quantities as are indicated in the schedule or in relevant specifications or drawings or as approved by the Engineers whose, decision thereon shall be final. Wastage of or damage to such materials in any manner shall be totally avoided. If surplus material issued, if any, is not returned in good condition immediately after completion of the work or if any quantity of material supplied by the Railway is consumed in excess or wasted or damaged or lost or not satisfactorily accounted for in that case recovery will be made from the Contractor at twice the market rate or twice book rate at the time of last issue whichever is higher plus 5% freight and 2% incidental charges plus 2 ½% supervision charges on the above cost arrived at for the quantity of material consumed in excess or wasted or damaged, lost or not satisfactorily accounted for. In case it is discovered that the quantity of any items issued by the Railway as actually used in the work is less than the quantity/quantities specified to be used, the cost of steel and for other such items not so used shall also be recovered from the Contractors on the basis stipulated in sub-para above. Action under this Clause will be without prejudice to the right of the Railway to take action against the Contractor/s under the conditions of the Contract for not doing/completing the work according to the prescribed specifications and approved drawings. It is well known that the supply of cement and steel to the consumers is very difficult now a days and hence if there will be delay in supply of cement and steel to the contractors, they should note that no claim or compensation of any kind will be entertained, but only suitable extension of time will be considered by Railway depending upon the merits of the case. 5.2 All the material i.e. P. way fittings left over as `surplus’ or as `scraps’ out of materials supplied by the Railway, should be returned to the Railway’s Stores at SSE/Stores/Ajni failing which the cost will be recovered, as per the provision of clause 5.1 of the special conditions of Contract. 17

5.3 For items of works based on Unified Standard Schedule Of Rates 2011, and any other non-schedule items requiring use of cement, as including in the tender schedule, cement shall be procured by the contractor at his own cost. No additional payment shall be made for supply of cement including the transportation and storage. Railway will not supply cement. 5.4 No cement or reinforced steel will be supplied by the Railway. Item of supply of cement & supply of steel is in corporate in tender schedule. The cost of cement is included in the M.S. items. No additional payment shall be made for supply of cement including the transport and storage. No leftover cement will be taken over by the Railway. If there is short consumption, the work shall not be accepted and decision in this regard shall be entirely at the discretion of Railway Engineer and No claim shall been entertained in this account. (a) Cement bags preferably in paper bag packing bear the following in ledger markings. i)Manufacturer’s name. ii)Registered Trade Mark of manufacturer, if any, iii)Type of Cement. iv)Weight of each bag in kg. or No. of Bags/Tonne. v)Date of manufacture, generally marked as week of the year/year of manufacture, e.g. 30/2012, which means 30th week of 2012 (b) To ensure quality control test certificates from the manufacturers should be produced by the contractors which should conform to the relevant specifications (latest specifications may be incorporated). (c) Railways may also take samples during the course of work & get the cement and steel tested to ascertain their conformity to specifications. (d) When such sampling is done, it should be as per IS specification laid down in relevant IS Codes. (e) Tests on the sample to be carried out in the field should be given below. (f) Tests on Cement will be as per IS 4031, some of the test which may be carried out are (i) Compressive strength (ii) Initial and final setting time (iii) Consistency (iv) Soundness. The cost of any testing shall be borne by the contractor. 5.5 STEEL Tests of steel samples will be carried out as per BIS specifications and cost of any testing shall be borne by the contractor. 6 SETTING OUT OF WORKS: 6.1 The Railway will initially set out the centerline of the bridges and alignment and fixed the position of the piers and abutments. The contractor shall thereafter set out the work and every part thereof fully. The contractor shall be responsible for maintaining the accuracy of the alignment, positions levels and of the work in accordance with the drawings, directions or instructions given from time to time to him and every facility shall be given to the engineer for checking of the same. The contractor at his own cost shall rectify the error in the dimensions, alignment position or levels of work set out or constructed by him to the satisfaction of the Engineer. 6.2 In the case of building or other structure the Engineer or his representative will set out the center, longitudinal or the face line and at least one main cross line. 6.3 The work shall be set out by the contractor to the satisfaction of the Engineer but his approval there shall not, nor shall his joining with contractor in setting out the work, relieve the contractor from his entire and sole responsibility therefor. 6.4 The contractor shall also provide, fix and be responsible for the maintenance of all stakes, templates, profiles, levels, marks, points etc., must take all necessary precautions to prevent these being removed, altered or disturbed and will be held responsible for the consequences of such removal, alterations or disturbances should the same take place and for their efficient reinstatement. 7. FIELD LABORATORY-The work covers the provision and maintenance of an adequately equipped field laboratory, as required for site control on the quality of materials and the works. The lab should be manned, managed & maintained by suitable, qualified personnel from the contractor. The contractor shall arrange to provide amenities like water supply, electric supply etc. The minimum apparatus required to be kept are as under,

 Cube testing M/c

 Sieve set- coarse & fine aggregate

 Sump cone set

 Weighing Balance (10Kg.) 18

 Weighing balance (5Kg.)

 Standard cube moulds

 Measuring jar (1000ml to 50ml.)

 Silt test jar

 A set of relevant IRC& BIS code sand specification.

Cube testing machine (a) 100 T. capacity. (15 cm cube crushing strength upto 400kg/cm2) (b) 150T capacity. (15 cm cube crushing strength upto 600 kg/cm2) The laboratory should have space for the installation of equipment, laboratory tables and cupboards, working space for carrying out various laboratory tests and a curing tank for the curing of samples, around 4m x 2m x1m in size. Wooden/concrete working table with a working platform area of about 1m x 10m shall be provided against the walls, also providing wooden cupboards above and below the working tables to store accessories such as sample mould etc. The laboratory and items required therein shall be finally decided by the Engineer as per requirements of the project and modified accordingly. In case any item is not listed and is required for the work the same will be provided by the contractor. 8. SUPPLY OF WATER AND ELECTRICITY 8.1 The contractor shall make his own arrangements for water supply. Wherever is convenient to the Railway administration, the water from piped supply may be made available to the contractor, provided the contractor shall arrange at his own expenses to effect the connections and lay additional pipe lines and accessories to the site of work and that the contractor shall not be entitled to any compensation for interruption or failure of the water supply. The contractor will have to pay for such water supply or for supply from Railway well or tube wells at a rate of one percent on the amount of all items or work appearing in the bills payable to the contractor in respect of which work such water has been used by the contractor and such charges shall be deducted from sums due or payable by the Railway to the contractor from time to time. Connections to labour camps will not be permitted. 8.2 The contractor shall make his own arrangements for the operation of mechanical equipments required for the execution of work and /or for the purpose of lighting for working during day/night time. Wherever, it is convenient to the Railway Administration, the electric supply may be made available to the contractor provided the contractor shall arrange at his own expense to effect the connection and lay additional wiring, provide meter and other accessories on the site. Such work of laying wiring etc. shall be done under supervision of a qualified staff and a certificate shall be required to be submitted to the effect that the work of wiring has been done as per rules or the work shall have to be got done through Railway Organization and the charges for the same shall have to be borne by the contractor as per extant rules. 8.3 The contractor shall not be entitled to any compensation for interruption or failure of the electric supply. The contractor will have to pay for such electric supply from Railway at rate agreed to between contractor & Railway Administration & such charge shall be deducted from the sums due or payable by the Railways to the contractor from time to time. Water available locally in wells, creeks or nallah may be blackish water at some locations. It should be noted that no sea or blackish water shall be used in all classes of masonry, reinforced and mass concrete work. In addition, water used on the above works shall be free from earthy, vegetable or organic matter, oils, acids and alkaline substance in solutions or in suspension and impurities and shall be fit for drinking. 9. ROYALTIES AND PATENT RIGHTS 9.1 The contractor shall defray the cost of all royalties, fees and other payments in respect of patents. Patent rights and licenses, which may be payable to patented license or other person or corporation and shall obtain all necessary licenses. In case of any breach (whether willfully or inadvertently) by the contractor of this provision, the contractors shall indemnify the Railway Audit officers, servants, representatives against all claims proceedings, damages, cost charges, loss and liability which they or any of them may sustain incur or be put to by reason or in consequence of, directly or indirectly, any such breach and against payment of any royalties damages, or other monies which the Railway may have to make to any person or paid in total to the patent rights in respect of the users of any machine, instructions, process, articles, matters or thing constructed manufactured, supplied or delivered by the contractor to his order under this contract.

19

9.2 PAYMENT OF ROYALTY CHARGES 9.2.1 All taxes royalty charges, etc in connection with manufacture/fabrication and supply of rubble/sand/stone ballast etc. have to be borne by the contractor. The contractor will be required to obtain a royalty clearance certificate from the concerned Revenue Authority/Collector and produce the same to DEN/Sr.DEN/XEN after completion of the supply but before release of his final bill. If in any case the contractor fails to produce the clearance certificate for royalty charges an amount equal to the amount of unpaid royalty charge as intimated by the Revenue Authority/Collector or as calculated on the basis of the relevant rates for payment of royalty charges applicable to the area will be retained from the dues of the contractor. No claim regarding interest charges of delay in payment for retention of this amount would be entertained. 9.3 PERMIT OR PARWANA The contractor will at his own expenses obtain such permits or parwana from whomsoever necessary for carrying out work or for any other purpose as may be necessary to enable him to perform his part of the contract. The President/The Railway Administration will not under any circumstances be liable to obtain any permit, or parwana whatsoever, for the contractor.

9.4 Modification to Standard Special Condition of Contract. Taxes Royalty and Patent Rights (Ref:- Dy.CE (Works) CSTM’s letter No.W.187.R.A.1.Special condition dated 18.09.2017) 1. For all the works except work of earth work for embankment / cutting and supply of ballast. All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties payable by the contractor/s to the Govt. or public body or local authority and no additional amount will be paid or claim entertained on this account by the Railway. Contractor shall not have any claim whatsoever as a result of the increase in t5he rates for such royalties, taxes, duties or any other form of levies etc.(Concessional Sales Taxes Form and Octroi Exemption Certificate will be issued to Contractor on his specific request, if legally permissible).

2. For works of earth work for embankment / cutting and/ or supply of Ballast. a) All the rates quoted in the tender shall be deemed to be inclusive of all royalties, taxes, duties, octroi or any form o levies etc. payable by the contractor/s to the Govt. or public body or local authority as applicable on the date of opening of tender.

The rate of royalty considered in the rates of tender schedule is peer rates circulated by the Govt.of / Govt. for the work executed in Maharashtra and Madhya Pradesh state respectively.

Claim towards such royalty should be unfailingly accompanied by proof of payment and thereof. In absence of these, royalty payment will not be released.

b) However, in case of any subsequent increase in rates of royalties, the increased amount will be reimbursed to the contractor only on production of documentary proof of payment of royalty at such increased rates along with State Govt.’s order.

c) Similarly in case of decrease in the rate of royalty charges or its waival, payment of royalty will be regulated by such reduced rate and recovery shall be affected accordingly.

d) Reimbursement/ recovery, if required, shall be worked out separately and submitted along with claims for on-account payment.

e) In case of all other taxes, duties, octroi or any form of levies etc. no additional amount will be paid or claim entertained on this account by the Railway. Contractor shall not have any claim whatsoever as a result of the increase in the rates for such, taxes, duties or any other form of levies etc.

f) The amount of reimbursement or recovery, as the case may be, as per revised rate of royalty shall be applicable only for the quantity of work executed by the contractor after the Govt. Resolution for revision of rate of royalty has come into effect. 20

g) The reimbursement/ recoveries as per reviesed rate of royalty shall be affective only for the original completion period of the work. However, the amount as per revised rate of royalty is payable / recoverable during the extended period of the contract, provided the PVC was the part of the original contract. i.e. under clause 17-A(i), (ii) or (iii) of GCC where extention of time has been granted due to contractor’s failure under clause 1(B) of the General Condition of contract, the reimbursement due to change in rate of royalty shall not be payable for such extended periods, however decrease in the rate of royalty or its wavial, the difference in amount will be recovered from the payment of the contractor for such extended periods under clause 17(B) o GCC.

1. So far as check to be inter alia exercised/ ensured by Works branch before passing/ certifying the final bill of the contractors id concerned they may be phrased as followed: i) A certificate regarding rate and amount of royalty may be recorded in the Measurement Book jointly signed by Contractor and Railway Engineer. ii) The copy of Govt. order I enclosed along with the running bill by the contractor. iii) The amount reimbursable will be the same as that was paid for the quantity of work as the case may be, by the contractor after the G.O. has come in to effect {Clause(f)}. iv) The overall contract value gets modified and variation statement may be prepared and sent to Accounts for vetting before bill is passed for payment. v) The date of effect of entertaining the claim towards reimbursement should be specific, i.e. from a date of revision of royalty and not in general terms like “since last Running Account bill”. vi) Royalty reimbursement/ deduction has to be settled before the final bill.

10. TAXES 10.1 The rates of all the items are inclusive all applicable taxes. The Railways will not pay to the contractor any of these taxes and the contractor will not be compensated for any amount paid by him by way of such taxes or duties. 10.2 All the taxes and duties whatsoever leviable by Government (State or Central) or any body shall be borne by the contractor. 10.3 All applicable taxes shall be deducted from the Contractor's bill at Source. 10.4 Rate covers all lead, lift, descent and all applicable taxes. 11. MODE OF PAYMENT THROUGH EFT (ELECTRONIC FUND TRANSFER) SYSTEM: Tenderers are requested to give his bank account number & other detail and fill the Mandate Form for EFT for making payment to them. Payment will be arranged by EFT only for all contracts. 12. LEGAL CHARGES A fee of Rs.200/- Per legal document like partnership deed or power of attorney executed before or after the execution of the contract, will be recovered from the contractor for obtaining legal Advice in the Law Office. 13. EMPLOYMENT OF STAFF The contract is liable for cancellation if either the contractor himself or any of his employee is found to be a person of Gazetted rank of Engineering Department which includes Civil, Mechanical, Electrical, Signal Telecommunication Departments of Railways whether pensionable or non-pensionable who after retirement has sought engagement as contractor for or in connection with the execution of public works whether on Railway. P.W.D. or Defense Forces or as an employee of such contractor within 2 years of his retirement without obtaining the permission of the President of India before, taking up such engagement or employment. 14. PROVISION OF EFFICIENT AND COMPETENT STAFF AT WORK SITES BY THE CONTRACTOR: 14.1 The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen &labourers in or about the execution of any of these works as are careful and skilled in the various trades. 14.2 The contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him. 14.3 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, 21

the contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the party of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under clause 62 of these conditions. 14.4 The contractor shall employ following qualified engineers during the execution of allotted work: (i) One qualified Graduate Engineer when cost of work to be executed is Rs.200 lakh and above. (ii) One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs. 25 lakh, but less than Rs. 200 lakh. Technical staff should be available at site wherever required by the Engineer–in–charge to take instructions. In case the contractor fails to employ the Qualified Engineer, as aforesaid, para (i) & (ii), shall be liable to pay an amount of Rs.40000 and Rs.25000 for each month or part thereof for the default period for the provisions, as contained in Para (i) and (ii) above respectively. 15. VARIATION IN QUANTITIES OF ITEMS IN CONTRACT 15.1 Quantity of item/items shown in the schedule of works are approximate and are for guidance of the contractor/contractors. The quantities may vary to the extent of 25% on either i.e. increase/decrease during the execution of work according to the actual need of the Railways and the contractor is bound to carry out these additional quantities at the same rate. The Engineer on behalf of the Railway is authorized to order in writing to enlarge, extend, diminish or reduce the work or make any alteration in the design, character, position of site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution thereof or to order any additional works to be done or any works not to be done. The contractor shall be bound to carry out the works at the agreed rates and shall not be entitled to any claim or compensation whatsoever. 15.2 The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contract. 15.2.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no finance concurrence would be required. 15.2.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions. (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade. i. Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. ii. Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender. iii. Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (a) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. (b) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA & CAO/FA & CAO (C) and approval of General Manager. 15.2.3 In cases where decrease is involved during execution of contract a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence. b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. c) It should be certified that the work proposed to be reduced will not be required in the same work. 15.2.4 The limit for varying quantities for minor value items should be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 15.2.5 No such quantity variation limit shall apply for foundation items. 15.2.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the 22

individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). 15.2.7 For the tenders accepted at Zonal Railways level, variations in the quantities should be approved by the authority in whose powers revised value of the agreement lies. 15.2.8 For the tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager. 15.2.9 For the tenders accepted by Board Members and Railway Ministers, variation upto 110% of the original agreement value may be accepted by General Manager. 15.2.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained. 16 STORAGE OF INFLAMMABLE ARTICLES No inflammable materials, such as petroleum oil etc. within the meaning of the Indian Petroleum Act and Indian Explosive Act shall be stored at site or adjacent land until the approval of the Railway and necessary licence under the Act has been obtained by the Contractor. All due precautions as required under the Acts shall be taken by the contractor. 17 ANTI-LARVAL WORKS The contractor/s shall at his/their cost carry out all anti-larval works as per the Bye-law of the local authorities concerned or as may be directed by the engineer during the execution of the work under this contract. If the contractor/s fails to carry out such work the Railway may carry out the same and recover the cost, the fare from the contractor/s in the same way as other Railway amounts are recoverable. 18 SERVICE ROADS AND APPROACH The rates for all items of the schedule shall be inclusive of the cost of all arrangements for crossing obstructions to be crossed in the course of the work over land or across water and the cost of providing and maintenance of approach/ and/or service roads that may be necessary for bringing and removing the plants, machinery and material to and from the site of work including rent for use and /or compensation for damage if any to intervening private land traversed by such approach/service roads, and including cost of acquisition of land, if required for the purpose. The contractor will be permitted to make use of available service roads of the Railways free of cost. Railway reserves the right to make use of the contractor service road without paying any charges to him. 19 The tenderer should note that the rates quoted shall embrace all operations necessary for the satisfactory completion of the work to finish and shall include all charged for handling, transport, lead, lift, crossing of track/s, labour, housing, sanitation, water supply materials, fuel, tools and plants, electric power, workshop facilities, machinery security, lighting etc. and all other expenses of every kinds. 20 SAFE WORKING METHODS :The contractors shall at all times, adopt such safe methods of working as will ensure safety of structures, equipment and labour, Safety rules that should be adhered to are given as guidelines in Appendix “A”. If at any time, the Railway finds the safety arrangements inadequate or unsafe, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. Any directions in the matter shall in no way absolve the contractor of his sole responsibility to adopt safe working methods. The contractor is responsible for providing skilled personnel and adequate expert supervision so as to ensure complete safety. 21. NIGHT WORK The provision in clause 23 of General conditions of contract should be noted regarding execution of between sunset to sun-rise. If the Railways, is however, satisfies that the work is not likely to be completed in time except by resorting to night work, by special order, the contactor would be required to carry out the work even at night, without conferring any right on the contractor for claiming for extra payment introducing night working. The decision of the engineer in this regard will be final and binding on the contractor. 22. NOTICE TO PUBLIC BODIES The contractor shall give to the Municipality, Police and other authorities all notices that may be required by the law and obtain all requisite licenses for temporary obstructions, enclosures and pay all fees, taxes and charges which may be leviable on account of his own operation in execution of the contract. He should make good any damage to adjoining premise whether public or private and provide and maintain any light etc. required in night. 23. FIGURES, DIMENSION Figures and dimensions on drawings shall supercede measurements by scale, and drawings to a large scale shall take precedence over those to a smaller scale.

23

24. PLEA OF CUSTOMS The plea of ‘Custom’ prevailing will not on any account be permitted as an excuse for infringement or any of the conditions of contract or specifications. 25. CARE OF STAFF No quarters will be provided by the Railway for accommodation of the contractor or any of his staff employed on the work. The contractor may be allowed to erect any labour camps for housing the labour at or near the site work on available Railway land. The contractor shall at his own cost make all necessary and adequate arrangements for importation, feeding and preservation of the hygiene of his staff. The contractor shall permit inspection at all times, of all sanitary arrangements made by him, by the engineer or his assistant or the Medical staff of the Railway. If the contractor fails to make adequate medical and sanitary arrangements these will be provided by the railway and the cost thereof, will be recovered from the contractor. 26. FIRST-AID The contractor shall maintain in a readily accessible place first aid appliance including an adequate supply of sterilized dressing and sterilized cotton wool. The appliance shall be placed under the charge of responsible person who shall be readily available during working hours. 27. DAMAGE, ACCIDENTS OR FLOODS OR TIDES The contractor shall take all precautions against damage from accidents, floods or tide. No compensation will be allowed to the contractor for his tools, plants, materials machines and other equipment lost or damaged by any cause whatsoever. The contractor shall be liable to make good the damages to any structure or part of a structure, plant or material of every description belonging to the Railway administration, lost or damaged by any cause during the course of contractor’s work. The Railway Administration will not be liable to pay to the contractor any charges for rectification or repairs to any damage, which may have occurred from any cause whatsoever, to any part of the new structures during construction. No claims in this regard will be arbitrable. 28. TRESPASS The contractor shall at all times be responsible for any damage or trespass committed by his agents and workmen in carrying out the work, unless such trespass is authorized by the Engineer. 29. Code Nos., description and the rates given in the schedule are based on the ‘Unified Standard Schedule of Rates (Works and Materials)-2011 and SSOR 2002 (P. way)’. Any discrepancies noticed at any time during the execution of currency of the work in wording, rates, quantities of cement, punctuation, typographical error etc. should be rectified by reference to the printed schedule or original manuscript available with CE CSTM, which shall be treated as authoritative and binding on the contractor. Notes appearing at the beginning of each of the relevant chapter of the Central Railway’s Unified Standard Schedule of Rates-2011 and SSOR 2002 except as modified by these special conditions will be applicable to this contract, both for standard schedule and non-schedule items. 30. CONTRACT LABOUR ACT (i) The contractor shall comply with the provisions of the contract labour (Regulation and Abolition) Act. 1970 and the contract Labour (Regulation and Abolition) Central Rules 1971 as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claim under the aforesaid Act and the Rules. (ii) The contractor shall obtain valid licence under the aforesaid Act as modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill this requirement shall attract the penal provision of the contract arising out of the resultant non-execution of the work. (iii) The contractor shall pay to labour employed by him directly or through sub-contractors the wages as per provisions of the aforesaid Act and the Rules wherever applicable. The contractors shall notwithstanding the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on the work including any engaged by his sub-contractors in connection with the said work, as if the labour had been immediately employed by him. The contractor will pay his labour through bank/cheque/ECS and the payment sheet showing the amount paid to each labourer will be countersigned by a representative of the Department which is administering the contract. (iv) The contractor will make deductions towards ESI from the payment paid to his labour and will remit the same to the appropriate authority under the ESI Act alongwith his own contribution. (v) The contractor agrees that Railway officials, including Welfare inspector, shall have the right to inspect the books of the contractor to ensure compliance of the above provisions

24

(vi) In respect of all labour directly or indirectly employed in the work for performance of the contractor’s part of the contract, the contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and the Rules wherever applicable. (vii) In every case in which by virtue of the provisions of the aforesaid Act of the Rules, the Railway is obliged to pay any amount of wages to a workman employed by the contractor or his sub-contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid Act and the Rules or to incur any expenditure on account of the contingency liability of the Railway due to the contractor’s failure to fulfill his statutory obligation under the aforesaid Act or the Rules, Railway will recover from the contractor the amount of wages so paid or the amount of expenditure so incurred and without prejudice to the rights of the Railway under section 20 sub-section (2) and section21 sub-section(4) of aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by deducting it from the security deposit and /or from any sum due by the Railway to the contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim made against it under sub-section (1) of section 20 and sub-section (4) of section 21 of the aforesaid Act except on the written request of the contractor and upon his giving to the Railway full security for all cost for which the Railway might become liable in contesting such claim. The decision of the Railway regarding the amount actually recoverable from the contractor as stated above, shall be final and binding on the contractor. 31. PROVISION OF EMPLOYES PROVIDENT FUND & MISCALLANEOUS PROVISION ACT 1952 (i)The contractor shall comply with the provisions of para 30 and 36-B of the Employees Provident Fund Scheme, 1952: Para 3 and 4 of Employee’s Pension Scheme, 1995: and Para 7 and 8 of Employees Deposit Linked Insurance Scheme, 1976: as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules. (Authority: Rly. Bd’s letter no 2012/CE-I/CT/O/22 dated 14.12.2012) (ii) Applicability of the provision of EPF Act 1952 to contract labourers: The contractor should maintain salary/wages register signed by the employees indicating Provident Fund Account number alongwith soft copy of ECR i.e. Electronic Challan cum Return and these should be submitted to Railway authorities. The contractor should submit separate e-challan in respect of employees employed through him/them. Depositing one challan for labour supplied at various establishments will not be accepted. (Authority: Rly Bd’s letter No.2014/E(LL)AT/EPF/1 dated 23.12.2014) 32. If the Contractors is a co-operative labour contract, or Society/Vendor Co-operative Society, there shall be no element of contractor or ex-contractors in that Society in any capacity nor shall there be any close relative of the Contractor or ex-contractor associating with the Society as an office bearer. The Railway administration reserve the right to terminate the contract of the Society at any time without any reason after giving notice of calendar month, in case of breach of the above clause. 33. THE BUILDING AND OTHER CONSTRUCTION WORKERS ACT. The tenderer should note for carrying out any construction work in Maharashtra/Madhya Pradesh must get themselves registered from the Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and rules made thereto by the Maharashtra/Madhya Pradesh Government and submit certificate of Registration issued from the Registering Officer of the Maharashtra/Madhya Pradesh Government (Labour Department). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.Note- Any amendment in the quantum of cess leviable under the welfare cess rules will be applicable from the date of notification 34. IDENTITY CARD OF RAILWAY CONTRACTOR’S LABOUR Issue of Identity Cards by contractor: As per HQrs Office, CSTM's letter No. W.187.R.A.I.Special conditions dt. 29/06/2001 (Ref: CPO/ADMN's letter NO. HPB/R/1 Cards dt. 21/02/2000). a) The contractor is bound to issue identity card to each and every person employed by him and deployed for execution of the contract work, as per the prescribed format provided in the tender document, at his cost. Failure on the part of the contractor to issue identity cards to their employees will be treated as breach of contract conditions and therefore will be dealt as per clause No. 62 (VII) of GCC. b) It is mandatory on the part of every employee, deployed by the contractors to keep in his possession, the identity card issued by the contractor throughout the execution of the work. Failure to possess such identity will be treated as unauthorized presence in the Railway premises. Such persons shall be liable for prosecution as per law. c) It is mandatory for the contractors to submit the list of the employees issued with the identity cards and deployed for execution of the particulars contract, to the railway’s Engineer at site before commencement of the work and also for any subsequent changes made during the execution of the work. 25

d) No Claims whatsoever arising out of implementation of special conditions pertaining to issue of identity cards shall be admissible.

IDENTITY CARD IDENTITY CARD SR. NO……………………………………….

DATE OF ISSUE:………………………………………………… … PHOTO

NAME OF THE CONTRACTOR AND ADDRESS…………………………………………………

PARTICULARS OF EMPLOYEE: 1) NAME OF THE EMPLOYEE……………………. 2) DATE OF BIRTH / AGE…………………………. 3) PERSONAL IDENTIFICATION MARK………… 4) PERMANENT ADDRESS………………………...

(Signature of contractor) The person who signed the Original tender document of the contract agreement (Signature / Thumb Impression of employee)

35. Compliance under EPF & MP Act 1952 in respect of employees engaged through outsourced agencies or through contractor (Reference: DRM (P) NGP’s letter No. NGP/P229/G/Contract Labour dated 10.05.2016): Contractor should get them register under the Building & Other Construction Workers Act 1996 as well as with Employees State Insurance Corporation and also with Employees Provident Fund Organization and deposit the necessary contribution with the EPFO if they employ 20 or more employees/workers. Further it has been mandated that all construction workers should be provided Universal Account Number (UAN) by the contractor by appropriately registering them on the IPFO portal even if they are not part of establishment having 20 or more employees/workers. For details please refer websites of EPFO and ESIC i.e. www.epfindia.gov.in and www.esic.nic.in 36. PERIOD OF COMPLETION The railway expects that a resourceful and experienced contractor should be able to complete the work in all respects within 12 Months after contract is awarded. Each contractor must, however fill in the appropriate place on Page 1 of the Tender Document, the period within which he undertakes to complete the work. 37. MAINTENANCE PERIOD The work shall be maintained after completion for a period of Nil by the contractor and he shall make good any defects, imperfection, shrinkages or faults which may appear, at his own cost. 38. IMPOSITION OF TOKEN PENALTY FOR DELAY IN THE COMPLETION OF WORK 38.1. Extension to the currency of the contract shall be covered under clause 37 of GCC The existing clause 17(B) of GCC provides for recovery of liquidated damages from the contractor for delay in completion of the work on account of contractor. While granting extension to the currency of contract under clause 17(B) of GCC, the competent authority can also levy a token penalty as deemed fit based on the merit of the case. 39. CLEARANCE OF SITE ON COMPLETION OF WORK: On completion of the work, the contractor shall clear away and remove from the site all constructional plant surplus materials, rubbish and temporary works of every kind and leave the whole of the site and works clean and in a workman like condition to the satisfaction of the Engineer. No final payment in settlement of the accounts for works shall be paid, held to be due or shall be made to the contractor till in addition to any other condition necessary for final payment site clearance shall have been affected by him and such clearance may be made by the Engineer at the expense of contractor in the event of his failure to comply with this provision within seven days after receiving notice to that effect. Should it become necessary for the Engineer to have the site cleared at the expenses of the contractor, the Railway shall not be held liable for any loss or damage to such of the contractor’s property as may be on the site and due to such removal there from which removal may be effected by means of public sales of such materials and property or in such way as deemed fit and convenient to Engineer. 40. ARBITRATION 26

40.1. The settlement of disputes and differences arising out of contract shall be done as per clauses 63 & 64 of General Conditions of Contract July 2013. 40.2. The provisions of clauses 63 and 64 of the GCC will be applicable only for settlement of claims of disputes between the parties for values less than or equal to 20% of the value of the contract and when the claims or disputes are of value more than 20% of the value of contract, provision of clauses 63 and 64 and other relevant clauses of GCC will not be applicable and arbitration will not be a remedy for settlement of such dispute. 40.3. The contractor shall not be entitled to ask for reference to arbitration before COMPLETION of the work assigned to him under this contract. The contractor shall seek reference to arbitration to settle disputes only ONCE within the ambit of Condition 38.2 above. 41. (a) Whenever due to defaulting contractor the contracts are rescinded as per clause 62 of GCC, the security deposit should be forfeited and performance guarantee shall be encashed and the balance work should be got done separately. (b) The balance work shall be got done independently without risk and cost of the original contractor. (c) The original contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm. 42. LIEN IN RESPECT OF CLAIMS IN THE CONTRACT (Following clause is added to clause 52-A of GCC) The recovery of claims of Railway in regard to terminated contracts may be made from the final bills, Security Deposits and Performance Guarantee of other contract of contracts executed by the contractor. The Performance Guarantee submitted by the contractor against other contracts if required, may be withheld and encashed. In addition, 10% of each subsequent “on account bill” may be withheld, if required, for recovery of Railway’s due against the terminated contract. 43 It should be specifically noted that some of the detailed drawings may not have finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration. 44 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the works(s) arising out of delay in approval of drawings, changes, modifications, alterations, additions, omission and site lay out plan or detailed drawings and design and or late supply of such materials as are required to be arranged by the Railway or due to any other factor on Railway account. 45 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claims shall be entertained for business loss or any such loss. 46 In the case of serious Accidents/Natural calamities: In case of serious accidents/natural calamities involving human lives, Railway reserves the right to draft the road vehicles and other equipments of the contractor for quick restoration work at accident site the accordingly the contractor shall be duty bound to take necessary action to comply with the requirement of Railways without any delay. For payment purpose the item may be operated as a non-schedule item as per the existing norms of power delegated the Railways. 47. PLAYING OF CONTRACTORS ROAD VEHICLES ON THE RAILWAY LAND NEXT TO RUNNING LINE/YARD The contractor shall not allow any road vehicle belonging to his suppliers etc. to ply in Railway land next to the running line. If for execution of certain work viz. earth work for parallel Railway line and supply of ballast for new or existing rail line gauge conversion etc. road vehicles are necessary to be used in Railway land next to the Railway line, the contractor shall apply to the Engineer In charge for permission giving the type and no of individual vehicles, names and license particulars of the drivers, location, duration and timings for such work/movement. The Engineer In charge or his authorized representatives will personally counsel, examine and certify the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission giving names of road vehicle drivers, contractor’s flagmen and supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions. 1. Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 m. from the centre of the nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a site sketch to the contractor/contractors’ representative and controlling Engineer/Supervisors in charge of the work including officers and the in charge of the section. 2. Nominated vehicles and drivers will be utilized for work in the presence of at least one flagmen and one supervisor certified for such work. 3. The vehicles shall ply 6m clear of track. Any movement/work at less than 6 m and up to minimum 3.5 m. clear of track center, shall be done only in the presence of Railway employee authorized by the Engineer In 27

charge. No part of the road vehicle will be allowed less than 3.5 m. from track center. Cost of such Railway employee shall be borne by the Railway. 4. The contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to his equipment and men and also damages etc to Railway and its passengers. 5. Engineer In-charge may impose any other condition necessary for a particular work or site. 48. TRAINING TO SUPERVISORS AND OPERATORS OF THE EXECUTIVE AGENCIES The Supervisors and the Operators of the Contractors proposed to be deployed at worksite, which is close to the running track shall be imparted mandatory training by the Railway about the safety measures to be adopted while working in the vicinity of running track. Engineer-in-charge of the work shall decide the scale, extent adequacy of training. In case training is imparted at a recognized Railway Training Institute, the charges @ Rs. 700/- Per Trainee Per day will be recovered from the contractor. A competency certificate to this effect to the individual Supervisor/Operator shall be issued as given below, by a Railway Officer not below the rank of Assistant level. No Supervisor/Operator of the contractor shall work or allowed to work into the vicinity of running track who is not in possession of valid competency certificate.

COMPENTENCY CERTIFICATE

Certified that Shri ……………………………………………… Supervisor/Operator of M/s / Shri.…………………………………………… has been trained and examined in safety measures to be followed while working in the vicinity of running Railway Track for the work of ………………………………. His knowledge has been found satisfactory and he is capable of supervising the work safely. This certificate is valid for 2 years for working in above and similar works.

49. TIME IS THE ESSENCE OF CONTRACT: The contractor shall submit a Bar Chart/CPM/PERT Chart within 15 days on award of the work for completing the work within the completion period. Progress shall be maintained strictly in accordance with the programme submitted by the contractor in the said chart time to time and as accepted by the Engineer-in-charge. 50. USE OF PATENTED ITEM IN WORKS CONTRACT: 1. In case the agency, supplying the patented item is not contractor to whom the work is assigned and these items are being procured by the Contractor, the concerned contractor will obtain prior approval from the Engineer-in-charge of the work (Min. JA Grade Officer) who will ensure that all design and safety aspects are taken care of for any specific requirement concerning execution warranty etc. an agreement/MOU is to be entered between the main contractor and the party supplying the patented items clearly bringing out the responsibility of party supplying such patented items. A copy of such MOU will be furnished to the Engineer- in-charge by the main contractor to whom work has been assigned by the Railway and after the approval of Engineer-in-charge, such item can be used in work.

2. The agency supplying the patented item shall provide complete details/specifications/drawings of the items including the manner in which it is to be used.

3. During the installation of such patented items authorized representative of the firm supplying such patented/propriety items shall be present and after the execution of work a certificate to be issued by the firm supplying the patented item indicating its proper installation. Such certificate will have to be kept in record by the concerned Engineer-in-charge executing the contract, before releasing payment for the work done. (Reference: Railway Board’s letter No.2018/CE-I/Innov/1 dated 18.01.2018).

28

APPENDIX 'A' SAFETY RULES

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra labourer shall be engaged for holding the ladder and if the ladder is used for carrying materials as will, suitable foot holds and hand holds shall be provided on the ladder and the ladder shall be given an inclination not steeper than ¼ (1/4 horizontal to one vertical). 2. Scaffolding or staging more than 3.5 metres above the ground or floor swung or suspended from as overhead support or erected with stationary support shall have a guard rail properly attached bolted, braced and otherwise secured at least 1 meter high above the floor or platform of such scaffolding or staging and extending along the entire length thereof with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure. 3. Working platform, gangways and stairways should be so constructed that they should not sag unduly or unequally, and where the height of the platform or the gangway or the stairway is more than 3.5 metres above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in the para above. 4. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 10metres in length while the width between side rails in swung ladder shall in no case be less than 300 mm for ladder up to and including 3.5 meters in length. For longer ladders this width should be increased by at least 20mm for each additional meter of length. Uniform steps spacing shall not exceed 300mm. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sides of work shall be so stacked or placed as to cause danger for inconvenience to any persons or the public. The contractor shall provide all necessary fencing and light to protect the public from accident, and shall be bound to bear the expenses of defense of every suit action or other proceedings at law that may be brought by any persons for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit action or proceedings to any such persons or which may with the consent of the contractor be paid to compromise any claim by any such person. 5. Demolition: Before any demolition work is commenced & also during the process of the work: a. All roads and open areas adjacent to the work site shall either be closed or suitably protected. b. No electric cable or apparatus, which is liable to be a source of danger over a cable or apparatus used by the operator, shall remain electrically charged. c. All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion of flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe. 6. All necessary personal safety equipment as considered adequate by the Engineer in charge should be kept available for the use of the persons employed on the site and maintained in a condition suitable for immediate use and the contractor should take adequate steps to ensure proper use of equipment by these concerned. a. Workers employed on mixing asphalt i.e. materials, cement and live mortar shall be provided with protective goggles. b. Those engaged in white washing and mixing or attaching of cement bags or any materials, which is injurious to the eyes shall be provided with protective goggles. c. Those engaged in welding works shall be provided with welder’s protective eyesight lids. d. Stone breakers shall be provided with protective goggles and protective clothing and sealed at sufficiently safe intervals. 7. In case the contractors have to ply vehicles for the purpose connected with the contract adjacent to Railway track the Railway administration will be at liberty to post an experienced staff as flag man for guidance of the movements such vehicles so as to prevent accidents and the contractor will bear wages including all etc. of the staff posted as flag man, for the period of Contract for such periods during which such staff is posted for the purpose. The Railway Administration will be sole judge in the absolute discretion of the fact that it is necessary to post any staff that which of the staff will be suitable for the purpose, that what should be the wages and other allowance payable by the contractor for staff posted for the purpose. The Railway Administration will have a right without prejudice to other remedies to deduct the wages etc. of such staff from the bills of the contractor in respect of this contract of from any moneys 29

or the contractor whatsoever available with the Railway Administration. The contractor will be l able for any over payments under Workman Compensation Act on account of any injury sustained to Railway servant during that period. 8. When the work is done near any place where there is risk of drowning, all necessary equipment should be provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work. 9. Use of hoisting machines and tackle including their attachment anchorage and supports shall conform to the following standards or conditions: (a) (i) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defect and shall be kept in good repair and in good working order. (a) (ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength and free from patent defects. (b) Every Crane driver or hoisting appliances operator shall be properly qualified and no person under the age of 21 years shall be in charge of any hoisting machine including any scaffolding. (c) In case of every hoisting machine and of every cabin ring, shackle, swivel and pulley block, used in hoisting or as means of suspension safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked within the safe working load. In case of a hoisting machine having a variable safe working load, each safe working load of the conditions under which it is applicable shall be clearly indicated. No part of any machinery or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing. (d) In case of departmental machine, the safe working load shall be notified by the Electrical Engineer-in - charge. As regards contractor’s machines, the contractor shall notify safe working load of the machine to the Engineer-in-charge whenever he brings any machinery to site of work; get it verified by the Electrical Engineer concerned. 10. Motors, gearing transmission electric wiring and of the dangerous part of hoisting appliances should be provided with efficient safe guards, hoisting appliances should be provided with such means will as reduce to the minimum the risk of accidental descent of the load, adequate precautions should be taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations, which are already energized, insulating mats, wearing apparel, such as gloves, sleeves and both as may be necessary should be provided. The workers should not wear any rings, watches and carry keys or other materials, which are good conductors of electricity. 11. All scaffolds ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work. 12. These safety provisions should be brought to the notice of all concerned display on a notice board at a prominent place at the work spot. The persons responsible for compliance of the safety code shall be named herein by the contractor. 13. To ensure effective endorsement of the Rules and Regulations relating to safety precautions, the arrangements made by the contractor shall be opened to inspection by Labour Officer/Engineer in charge of the Department or their representative. 14. Notwithstanding the above clauses from (1) to (13) there is nothing in these to exempt the contract or the operations of any other act or Rule in force in the Republic of India. 15. While working in traction area the precaution to be taken as per Para No. 283 & 284 of IRPWM.

30

CENTRAL RAILWAY PROFORMA - I ENGINEERING DEPARTMENT

STRUCTURE OF ORGANIZATION

1 Name of the Company

Address

Telephone No.

Telex No./Mobile No./ Fax No.

PAN No.

TIN No. 2 Description of the major field of activities of the company

3 Number of years of experience in the field of execution of works of similar Nature

4 Name and address of partners of associated companies, if any proposed to be involved in the project.

5 Name and address of the collaborators / consultants, if any, who will be involved in the project

6 Name and address of Bankers

7 Attach an organisation Chart showing the structure of the company including names and position of Directors and key personnel

31

CENTRAL RAILWAY PROFORMA – II ENGINEERING DEPARTMENT

O R G A N I S A T I O N

1. ENGINEERING ORGANIZATION OF THE COMPANY

Description Category No. of personnel Name Qualification a) On permanent roll

b) Temporary

c) Likely to be made available on works

2. Reputed Consultants, if any with their acceptance to provide service:

32

CENTRAL RAILWAY PROFORMA – III ENGINEERING DEPARTMENT

DETAILS OF PLANTS & MACHINERY OWNED BY TENDERER

Sr. Particulars No./ Kind / Capacity Age and Details of Details of Remarks No of Unit Make Condition work where machinery is equipments machinery is hypothecated in use at to any bank present or institution

DETAILS OF PLANTS & MACHINERY PROPOSED TO BE HIRED FOR WORK

Sr. No Particulars of equipments No. /Unit Kind / Make Capacity R e m a r k s

Note: Supporting documents should be attached.

33

CENTRAL RAILWAY PROFORMA - IV ENGINEERING DEPARTMENT

FINANCIAL STATUS

1 Name of the Organization 2 Address Telephone No. Mobile No. Telex No. Fax No. GRAMS 3 Form of Business Proprietary Partnership Company 4 Whether the business partnership is registered 5 Whether registered with CPWD, PWD, RAILWAYS, MES and other GOVT, ¼ PUBLIC Sector undertakings (provide latest copies of registration, validity) 6 Date and commencement of Business 7 Authorized and paid up capital (a copy of the articles of association to be enclosed) 8 Financial Position 8.1 Cash 8.2 Current Assets 8.3 Council Liabilities 8.4 Working Capital 8.5 Net Worth 9 Total Turnover (in lakhs) Enclose audited balance sheet for each year for current financial year and last three financial year (Financial year is APRIL-MARCH)

10 Financial Arrangements 10.1 Own resources 10.2 Bank Credit (enclosed supporting letter from Bank) 10.3 Other (specify) 11 Banker’s solvency certificate together with their address 12 Approximate value of works on hand 13 Value of anticipated orders for next financial year

34

CENTRAL RAILWAY PROFORMA - V ENGINEERING DEPARTMENT

EXPERIENCE AND QUALIFICATION

Performance for relevant works completed by the Tenderers from different organisations

Sr. Name of the Description Total Date of Stipulated Date of Remarks No. Govt. Deptt/ of work value of Award of completion Actual Client with work work date completion address

Performance for relevant works in progress by the Tenderers from different organisation

Sr. Name of the Description Total Date of Stipulated %age Remarks No. Govt. of work value of Award of completion progress on Deptt/Client work work date date with address

35

CENTRAL RAILWAY PROFORMA – VI ENGINEERIANG DEPARTMENT

BANK GUARANTEE / PERFORMANCE GUARANTEE FORMAT

The President of India, Acting through, Sr. DFM/Central Railway, Nagpur

In consideration of the President of India (here-in-after-called *the Government*) having agreed to exempt ------( here-in-after called *the said contractor(s)*) from the demand, under the terms and conditions of an Agreement dated ------made between ------and DRM (W) Nagpur for ------(here-in-after called *the said agreement*) of Performance Guarantee for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank Guarantee/ Performance Guarantee for Rs.------(Rupees) in words ------, we, ------(hereinafter referred to as the bank at the request of ------(Contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs.------against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said agreement.

2 We, ------do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damaged caused to nor would be caused to or suffered by the Government by reason of breach by the said Contractor’s Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However our liability under this guarantee shall be restricted to an amount not exceeding Rs. ------

3 We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the (Contractor(s)/suppliers(s) in any suit or proceeding pending before any court or Tribunal relating there to our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) suppliers(s) shall have no claim against us for making such payment.

4. We, ------further agree that the guarantee herein contained shall remain full force and affect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ------Nagpur office/department. Ministry of Railways certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges the guarantee Unless a demand of claim under this guarantee is made on us in writing on or before the ------we shall be discharged from all liability under this guarantee thereafter.

5. We, ------further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting an any manner what so ever it may be our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercised by the Government against the said contractor and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Government or any Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have not of effect of so relieving us.

36

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/suppliers(s).

7. We, ------lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the ------day of

For------(Indicate the name of Bank) Place:

37

Annexure A

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Public notary on non-judicial stamp paper of the value of Rs. 100/-. The stamp paper has to be in the name of the tenderer)** I ------(Name and designation)** appointed as the attorney/authorized signatory of the tenderer (including its constituents),

M/s.------(hereinafter called the tenderer) for the purpose of the Tender documents for the work of ------as per the tender No. ------of ( ------Railway), do hereby solemnly affirm and state on the behalf of the tenderer including its constituents as under:

1. I/we the tenderer (s) am/are signing this document after carefully reading the contents. 2. I/we the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof. 3. I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in. I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work of final payment of the contract, the master copy available with railway Administration shall be final and binding upon me/us. 4. I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. 5. I/we also understand that my/our offer will be evaluated based on the documents/credentials submitted alongwith the offer and same shall be binding upon me/us. 6. I/we declare that the information and documents submitted alongwith the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us. 7. I/we undersigned that if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five year on entire IR. Further, I/we (insert name of the tenderer)**------and all my/our constituents understand that my/our offer shall be summarily rejected. 8. I/we also understand that if the certificates submitted by us are found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, alongwith forfeiture of EMD/SD and Performance guarantee besides any other action provided in the contract including banning of business for five year on entire IR. DEPONENT SEAL AND SIGNATURE OF THE TENDERERVERIFICATION I/e above name tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT SEAL AND SIGNATURE OF THE TENDERER Place: Dated:

**The contents in Italics are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public.

38

NATURE AND SCOPE OF WORK Name of work: (A) Proposed miscellaneous P.way work , repairs to track, scattered renewal of sleepers in Butibori Umrer siding on SSE(T) Nagpur length under ADEN (S)Nagpur sub-division. (B) Proposed miscellaneous P.way work , repairs to track, scattered renewal and Deep screening of loop lines on SSE(T) Nagpur / Sewagram length under ADEN (S)Nagpur sub- division.

Scope of work:

(1) Proposed miscellaneous P.way work , repairs to track, scattered renewal of sleepers in Butibori Umrer siding on SSE(T) Nagpur length under ADEN (S)Nagpur sub-division. (2) Proposed miscellaneous P.way work , repairs to track, scattered renewal and Deep screening of loop lines on SSE(T) Nagpur / Sewagram length under ADEN (S)Nagpur sub-division. (3) Any other work related with the main work.

39

SPECIAL CONDITION OF CONTRACT FOR TRACK WORKS 1. GENERAL 1.1 The work shall be done as per the specification and RDSO standard drawing and rate includes fixing of all necessary component such as slide chair, heel block, check block, spherical washer check rails stretcher bar etc. and grinding wherever required complete in all respects with labour, tools, plants and necessary mechanical means for lifting etc. as directed by site Engineer. 1.2 Tenderers in their own interest should visit the site of work with the concerned PWI/ADEN or with their authorized representative after fixing an appointment with them in advance and ascertain the nature and quantum of work site conditions, availability of approach roads, availability of lab our, water, electric, land for lab our camps etc. 1.3 The contractor will arrange his own tools and plants, labour, supervisor to do the work. No tools and plants will be supplied by the Railways. All tools, plants are to be arranged by contractor only. 1.4 Rate includes transport of machinery tools required for work including temporary arrangements as may requires for the safety of track execution of the work. 1.5 The equipments/tools/small track machines proposed for supply through this contract shall be supplied in the centralized Divisional stores Depot (SSE/Pway/Stores/Ajni) after proper inspection and trail. Then it will be distributed to the field. The contractor has to supply these equipments within 3 months from the date of Acceptance of the tender. 1.6 The site order book and progress report register will be maintained at site. They will be got signed by the representative of Railways the contractor daily. The quality control registers in terms of CE letter No.W.636.T.06 of 26/31-10-1994 shall be opened at site, which would be initially signed, by contractor and PWI in charge daily. ADEN will carry out weekly quality check and give him endorsement on Register. 1.7 Traffic blocks if required to carry out certain track work will be arranged by Railway actual availability of block will depend on flow of traffic and there may be variation in availability of block vis-à-vis these planned. The wastage of labour, if any occurring on account of non- availability of block would not be paid for. No claim on such account shall be considered. 1.8 Account of Released materials (i) Before handing over the site of work to the contractor, the joint inventory of the material to be released from the site shall be taken jointly by Engineer’s representative on behalf of Railway and Contractor and this inventory should be jointly signed in triplicate and two copies of which shall be retained by the Railway and one by the Contractor. (ii) The payment of running bills of the contractor shall be subject to his collection, lifting, transportation, sorting, stocking and accountal of the released materials at sites nominated by the Engineer’s representative and to his satisfaction for further disposal of the same by the Railway administration. (iii) After completion of work of each 1 Km ,stage check of released material and material issued to the contractor will be done and a register for material will be submitted with next on account bill . (iv) At the time of making the final bill, all the released materials should again be tallied with the joint inventory already made and payment of final bill be subject to proper accountal of released materials as per this inventory. The contractor shall be responsible for any shortfall in the released material and is recoverable from him considering the same as loss to the Railway administration. The contractor shall be bound to correctly take over and hand over new as well as released materials to the Engineer-in-charge with proper acknowledgement. 1.9 It shall be the responsibility of the contractor to keep in safe in safe custody any Railway material, plant or equipment issued for the work. Contractor shall at his own expense provide suitable temporary sheds for this purpose on the Railway land made available by the railway free of rent and shall remove the shed/sheds when no longer required in terms of General Condition of Contract. If railway land is not available then contractor has to make his own arrangement for this at his own cost. In case of loss of Railway materials the railway will recover the cost as per extent rules.

40

1.10 The contractor will be held responsible for any loss or damages or injury during the course of execution of the work to the labour or to the public/private person or to the Railway/public/private property. The contractor shall bear all the loss and expenditure involved. 1.11 The work should be carried out without any inference to the normal working of the Railway track and the structures. The contractor shall be responsible for any loss or damages to Railway or other public property if it occurs during the course of execution of the work and the Railway reserves the right to have the damages made good by the contractor at his own cost. 1.12 The contractor must ensure the safety of labors engaged by him while crossing the track during the course of execution of work. The Railway will not be responsible for any injury sustained by laborers or for any fatal accident. 1.13 Contractor should arrange his LOOK OUT MAN and megaphone/hooter in addition to Railway’s arrangement to warn the labour working on the track/site for the protection and safety of labour working at site. No compensation will be paid by railway in case of injury or death to contractor’s labour contractor shall indemnify the railways of any responsibility in regard to his supervisors and labours. 1.14 The work should be executed in a workman like manner to the satisfaction of the Engineer-in- charge. The contractor is primarily responsible for the safety of traffic that moves on the opened up track notwithstanding the presence of the Railway supervisor at site. No work on track should be done unless and until the contractors technical supervisors and Railways representative is present at site of work. 1.15 In the event of any accident at the work site the Railway would hold spot department enquiry. If it is established that the accident occurred wholly or partly due to any negligence on the part of the contractor, he shall render liable for all damages and also for legal prosecution if loss of life involved. 1.16 Standard Rail sectional weight will be considered for payment, of transportation unless otherwise specified. 1.17 During laying of the track/TRR, TFR/TSR the contractor has to apply the grease to IS: 408- 1981(Specification for grease “PO’ graphite) ERC, ERC insert and rail gauge faces as directed by the Engineer with contractor own cost, labour and materials for which no extra payment will be made. 1.18 Contractor has to give required welding gap for welding either on cess or in situ by providing Rly. Wooden blocks as directed by Engineer at site. 1.19 Drilling holes to be chamfered by contractor by their and chamfering tools and other required equipments. 1.20 Sleepers must be handled by the contractor carefully in the section so that they are not damaged. All the materials shall after handling is stacked sufficiently clear off the track etc. to avoid interference to the existing Railway lines. The cost of the sleepers damaged by the contractor will be recovered from contractor’s due. 1.21 Item of extra cess cutting will be operated only if cess is more than 3.5M from centerline of track in bank and 3.05M in cutting. 1.22 Sufficient Nos. of Level gauge-cum-level instrument should be available at the site for Checking for track parameters. 1.23 Speed restriction boards and protection of the site as required for safety of track would be arranged by the Railways. No work on the track should be commenced unless the Permanent Way Inspector has imposed the speed restriction and erected speed indicator boards. Even after this work will be under taken only in presence of PWI. 1.24 The contractor shall engage qualified and well-experienced man who will conversant with the Relaying work. These men will be recruited after specific approval from Engineer. The Asstt. Engineer will examine the contractor’s personal working/safety rules. Only these persons declared by Asstt. Divisional Engineer will be employed by the contractor or supervisor. A certificate of competency to this effect shall be issued by the Asstt. Divisional Engineer.

41

1.25 If any unsafe working is resorted to by the contractor, Railway supervisor would be free to stop further work and contractor will have no claim for compensation due to on account of unsafe working. 1.26 Work will be done under prescribed speed restriction. Contractor must have adequate infrastructure for keeping length of speed restriction to minimum and its prompt relaxation. 1.27 Track geometry after relaying or deep screening shall confirm the Annexure I. 1.28 The Railway will not provide any new service roads for movement of contractor’s vehicles. However existing service roads can be used by the contractor free of charge. At other places, the contractor will have to make his own arrangement for movement of his vehicles. The Railway however reserves the rights to make use of these works formed and maintained by the contractor as and when necessary without any payment to the contractor. 1.29 Notwithstanding the provision of Clause 62 of General condition of contract, the Railway reserve the rights to terminate the contract with immediate effect if the contractor is found responsible for any breach of rules which effects the safe running of trains without giving any notice to the contractor.

2 SPECIAL CONDITIONS FOR DEEP SCREENING WORK 2.1 Attempt will be made to provide 15 to 24 hours block in a week and one block per day including Sunday, but in case of machine failure or heavy traffic, less block or no block is given contractor will not have any claim. 2.2 During block operation and BCM working, sufficient number of men shall be available for block operation. 2.3 Railway may deploy track machine for doing any round of packing such as kutcha or I, II, III etc as per discretion of PWI incharge of work. No compensation or claims on this account shall be entertained. No payment for such packing shall be made to contractor. This packing shall deemed to be excluded from scope of work. 2.4 No wooden blocks will be supplied by Railway for deep screening. Wooden blocks required for deep screening shall be arranged by the Contractor. 2.5 Deep screening will be measured from the bottom of MBC sleepers. 2.6 Before execution of the work ballast will be unloaded on adjacent track also if required and during execution (deep screening) of work contractor has to utilize ballast from adjacent track/same track for which no extra payment will be made to the contractor. 2.7 Gas cutting equipment should be available at the site to cut any obstruction like rail pieces etc. which might get entangled with cutting chain. Concrete braker machine/equipment should also be available at site for breaking the concrete structure / foundation coming in the way of work. 2.8 Contractor’s engineers will mark existing and proposed rail level on the tie bar erected by agency on the both side of track at every 25 m interval after approval of the Engineer. 2.9 For manual deep screening provision of Para 238 (2) of IRPW Manual (as given in Annexure II- A) will be followed strictly. 2.10 For Deep screening with BCM followed by tamping and stabilization of track with TTM and DTS provisions of para 238(2)(g)(iii) and para 238(2)(g)(iv) of IRPW Manual will be followed strictly. 2.11 Speed restriction will be imposed in accordance with Annexure III A & B if the zone of the speed restriction exceeds the limit, which should be as per the Annexure, the work will be stopped till the length of speed restriction comes under limit. Contractor will have no claim in this regard and Railway’s decision in this regard will be final and binding on contractor. 2.12 The contractor may be required to stop deep screening work during rainfall and hot weather. No compensation will be given for this. 2.13 10mm sieve (size of holes) will be used for screening of ballast. Muck will be defined as passing through this sieve. No ballast will be wasted on the slope of bank or in the cutting. All ballast from the slope shall be picked up and put in the track as directed by Engineer. The muck will be thrown sufficiently away from the cutting, so that it does not flow down the cutting in monsoon.

42

2.14 Repairing/Widening to cess should be carried out with the muck removed after screening. The cess should be leveled and dressed to approve profile. Rates are inclusive of such repair/widening of cess and dressing of cess/bank slope. 2.15 At no time the track length under speed restriction should exceed 2 kms. 2.16 The decision of the Asstt. Divisional Engineer as regard to whether a particular round of through packing has been carried out properly or not is final and the contractor shall make good his default for which no any extra payment will be made by the Railway. 3. PENALTY CLAUSE FOR DEEP SCREENING WORK BY BCM 3.0 It is expected that on an average 2.30’ to 3.00’ of traffic block will be given in the nominated shift of 8 hours. Accordingly the contractor has to deploy adequate labour, equipments and tools and plants etc. commensurate with tacking about 150-200 m of average daily progress of screening, per BCM. 3.2.1 The work of deep screening by BCM will be executed as per pre set deployment programme. The contract is, however, finalized in advance for a long patch so that agency is able to mobilize resources at reasonable notice. Normally the broad calendar of deployment programme will be made available to agency along with the acceptance letter. ADEN will issue specific advice for starting the work in a particular block section and the contractor has to arrange the labour, material, tools and plants etc. required as per CA condition within 10 days of issuance of this information. In case of failure, para 3.4 will be applicable. 3.2.2 If BCM machine for the required number of days is not made available within the completion period of the contract, then suitable extension of completion period will be granted for which contractor will not have any claim. No claim of contractor- regarding idle laborer, idle machinery will be entertained, since broad calendar schedule is already indicated. 3.3 Adequate number of labours have to be deployed at different activity locations as per the joint progamme signed by ADEN and Contractors representative. If labour as agreed are not deployed for more than two consecutive days penalty of Rs 3000/- per day will be imposed. Further if the shortfall is quite substantial likely to create unsafe conditions, Railway reserves the right to not operate the block for which consequences specified in Para 3.4 will be applicable. 3.4 If sanctioned block is not operated due to non-availability of contractors labours or delay in advance preparations for BCM working, a penalty of Rs. 15000/- per block cancellation will be imposed. (For those days when Railway is otherwise geared up). This penalty is non refundable, but the number of days attracting penalty can be set off to the extent of 50% of such days, when block was refused after full mobilization and contractors’ manpower for operation of BCM could not utilized. 3.5 Adequate trained labour and component supervisors have to be made available within 10 days from the day ADEN has informed about commencement of the work. If blocks are not being commenced on accounts of contractors default para 3.4 will be applicable. However if labours strengths is inadequate and part of the activities fall in arrears or contractor’s labour leaves the job unfinished making unsafe the track, then railways reserves the right to get the deficiencies attended by deputing other resources including departmental labours/ track machines as required in the interest of the safety and the recoveries in such cases will be done at double the cost of resources deployed. 3.6 The deep screening work by BCM is consisting of many sub-activities as given in the tender schedule. These have to be executed in precise sequences for achieving specified track parameters and speed potential as well as meeting safety norms. The railway reserves right to withhold up to 15% of the payment due for already executed work, if ancillary activities like packing, dressing, boxing profiling, re-spacing of sleepers, distressing/temporary distressing etc., are delayed or fall in arrears, persistent defaults on this account may lead to action under Clause 62, even within pendency of contract. 3.7 Muck disposal and dressing of cess should be done immediately after deep screening. In any case, not more than one km of arrears shall be allowed to build up. In case of failure in executing above

43

items in time bound manner, a penalty of Rs. 5000/- per km will be imposed for that portion of track, which has been delayed for clearance dressing. 3.8 Lighting arrangement:- 3.8.1 Three days before commencement of first block, equipments proposed to be deployed should be shown to railway supervisor along with their fitness certificate. 3.8.2 All generator sets should be in good conditions & not more than two year old. Any generators found inefficient of giving persistent trouble should be replaced, on receipt of written advice from engineer representative. 3.8.3 Lighting arrangement should be sufficient to light about 400 meters of track lengths per screening machine or a proportionately longer stretch if block duration is expected to more. 3.8.4 Lighting has to cover entire distance in which labour or screening machines will work. The whole arrangement should be so designed as to provide illumination having LUX level which is adequate for safe & satisfactory work. Minimum 40 LUX level for illumination at any of the locations to be ensured. 3.8.5 In case defective generators not replaced or adequate lightning not provided as discussed in Para 3.8.3 and 3.8.4 above, penalty of Rs. 3000/- Per days of working will be imposed. If on account of poor lighting arrangement block could not take place, higher penalty as per para 3.4 above, will be applicable. 3.9 The preferred mode of working would be simultaneous operations of two BCMs and supporting tamper plus dynamic track stabilizer. The contractor has to arrange adequate labour and machineries and lighting arrangement as mentioned above at both BCM working site so that the specified progress of the work can be achieved. As per stipulated progress of the individual BCM. However, Railway reserves the option to operate only one machine either for prolonged period or in case of scheduled repairs of one of the machine. Necessary advise shall be given about the deployment program in advance, but no compensation will be payable for working with one machine.

4. SPECIAL CONDITIONS FOR TRR/PQRS WORK 4.1 The work includes loading, unloading the sleepers along the alignment of track as per the instruction of site-in-charge. The work of unloading of sleepers from Rly wagon at base depot should be done by mechanical means like hydra, creeper etc. 4.2 After cutting the released rail panels into free rails, they are to be carried away and stacked clear of all infringement at nominated manned L-Xing gates/stations as directed by Engineer at site. 4.3 The Railway rail will be arranged near the site by separate agency within 300 meters of the exact location and adjustments have to be done by the contractor. The Railway sleepers will be unloaded near the location by the Railways within 200 meters the exact of use. 5. PENALTY CLAUSE FOR TRT/PQRS WORK 5.1.1 It is expected that monthly progress of 3-4 km will be achieved by this high output machine Railway will arrange wagons power and machine staff of ensure desired productivity. 5.1.2 Adequate number of labors have to be deployed at different activity locations as per the join programme sighed by ADEN and contractors representative. If labours as agreed are not deployed for more than two consecutive days. Penalty of Rs.4000/- per day will be imposed. Further if the shortfall is quite substantial and likely to create unsafe conditions railways reserves the right to not operate the block for which consequences in para (5.2) will be applicable. 5.2 If sanctioned block is not operated due to no-availability of contractor labours or delay in advance preparations including timely loadings/ unloading of rake a penalty of Rs.25000/- per block refusal will be imposed. 5.3 The TRT/PQRS rake once placed in siding for unloading /loading of sleepers has to be tackled within the rake preparation period corresponding to prescribed block time table failing which a penalty of Rs.10000/- will be levied.

44

5.4.1 Adequate trained labours and competent supervisors to be made available within 5 days from the day ADEN has informed about commencement of work. If blocks are not being commenced on account of contractors default Para (5.2) will be applicable. However if labours strengths is inadequate and part of the activities fall in arrears or contractor’s labour leaves the job unfinished making unsafe the track, then railways reserves the right to get the deficiencies attended by deputing other resources including departmental labours/ track machines as required in the interest of the safety and the recoveries in such cases will be done at double the cost of resources deployed. 5.4.2 The entire renewal work is consisting of many sub-activities as given in the tender schedule. These have to be executed in precise sequence for achieving proper relaying standards and speed potential as well as meeting safety norms. The railway reserves right to withhold up to 15% of the payment due to for already executed relaying portion if ancillary activities like boxing, dressing, packing, distressing etc are delayed or fall in the arrears. 5.5 Lighting arrangement:- 5.5.1 3 days before commencement of first block, equipments proposed to be deployed should be shown to railway supervisor along with their fitness certificate. 5.5.2 All generator sets should be in good conditions & not more than two year old. Any generators found inefficient of giving persistent trouble should be replaced, on receipt of written advice from engineer representative. 5.5.3 Lighting arrangement should be sufficient to light about 700 meters of track length (500 m expected progress + 200 m train length) and during mega block where 750 m progress is expected proper lighting should be arranged for 950 m track length. 5.5.4 Lighting has to cover distance as discussed in Para (5.5.3) and pattern given in diagram. This arrangement should be designed to provide illumination having LUX level which is adequate for safe & satisfactory work. Minimum 40 LUX level for illumination at any of the locations to be ensured. 5.5.5 In case defective generators not replaced or adequate lightning not provide as discussed in Para 5.3 and 5.4 above, penalty of Rs. 5000/- Per days of working will be imposed. If on account of poor lighting arrangement block could not take place, higher penalty as per para (5.2) will be applicable.

6. PENALTY CLAUSE FOR TRR WORK 3.1.1 It is expected that progress of 520 track meter or more will be achieved on those days when traffic block is granted for carrying out renewal. Accordingly the contractor has to mobilize the labours and machineries, so that block is utilized to desired extent. 3.1.2 Rail panels are normally coming from Bhilai or Sabarmati in installments of about 6.5 km. Hence, adequate completion period has been kept in the contract to take care of gap between various installments as well as execution of other related activities, immediately after receipt of confirmed programme about movement of rail panels from plants. ADEN will give written advice as well as send SMS to contractor’s representative. The contactor will have to sign a joint programme for unloading of rail panels, execution of actual renewal work & subsequent clearance of released materials. The complete activities (including ancillary works) of relating to one rake of rail panels are expected to be executed in a cycle of 60 days after the rake is completely unloaded. If the actual renewal of one lot of one EUR is not completed within 40 days of last unloading block, penalty @ Rs.20000/- per day will be imposed. 3.1.3 In case rail renewal is to be done with 26 mm or 13 mm rails the execution programme will be made in similar cycles and contractor has to abide by agreed programme. 3.2 Further, if labours strengths is inadequate and part of the activities fall in arrears or contractor’s labour leaves the job unfinished making unsafe the track, then railways reserves the right to get the deficiencies attended by deputing other resources including departmental labours/ track machines as required in the interest of the safety and the recoveries in such cases will be done at double the cost of resources deployed. 3.3 The entire work of TRR is consisting of many sub-activities as given in the Tender Schedule. These have to be executed in precise sequence for achieving standard track parameters and speed potential as well as meeting safety norms. The railway reserves right to withhold upto 15% of the payment due for already

45

executed TRR work, if ancillary activities like de-stressing, carrying and stacking of released rail, painting of rails etc., are delayed or fall in the arrears. 3.4 The unloading of rail panels/rails from EUR/BFR shall be done during the pre decided traffic block, as per the instructions of Engineers representative giving due regards to specified safety precautions. 3.5 Bench marks already exist for executing prompt unloading of EUR. Adequate numbers of labour and competent supervisors have to be made available for ensuring requisite productivity during the unloading operation. If the labour strength, as agreed, are not deployed for efficient unloading of EUR/BFR (which results in additional requirement of block) penalty of Rs. 40000/-per day for unnecessary detention to railway wagon will be imposed.

46

Annexure-I TRACK GEOPMETRY STANDARDS DURING PRIMARY RELAYING a Gauge Sleeper to sleeper variation 2mm b Expansion Over average gap worked out by recording 20 gap successive gap c Joints Low joints not permitted high joint no more than - 2mm square ness of joints on straight -10mm d Spacing of With respect to the critical spacing ± 20mm sleepers e Cross level To be recorded on every 4th sleeper ± 2mm f Alignment On straight on 7.5M chord ± 2mm

On curves of radius more than 500m on 2m ± 5mm chord Variation over the critical versines On curves of radius less than 600m on 20m ± 5mm chord Variation over the critical versines g Longitudinal Variation in longitudinal level with reference to 50mm approved longitudinal section

Annexure-II CTR CONDITIONS DETAILS PROCEDURE FOR DEEP SCREENING Detailed A day’s length will be deep screening as per the procedure detailed below procedure

Stage I The ballast should be removed from the space ‘A’ and ‘N’ either side of sleepers. ‘I’ down to final formation level and wooden blocks provided to support the rail for passing trains. Stage II The ballast is removed from under sleeper ‘I’ down to final formation level/sub-ballast level. Stage III The wooden block from space ‘A’ should be removed Stage IV The ballast should be neatly screened and packed under sleeper ‘I’, which should then be packed. Stage V The ballast from space ‘C’ down to formation level be removed and after screening be placed in space ‘A’ bottom of sleeper. The balance may be taken outside the track and the rail in space ‘C’ should be supported with wooden blocks. Stage VI The ballast should be provided under sleeper ‘2’ down to formation level Stage VII Screened ballast should be provided under Sleeper ‘2’ and the sleeper well packed Stage The ballast from space ‘D’ down to formation level should be removed and after VIII screening, be placed in space ‘B’ up to bottom of sleeper, the balance may be taken outside the track and screened. The wooden block should be removed from space ‘B’ and placed to support the rail in space ‘C’ Stage IX The ballast from under sleeper ‘3’ should be removed and so till the whole rail length is provided with screening ballast up to level of bottom of sleeper. Stage The work should be lifted to provide additional cushion where required, the track should final be packing the final position and then boxed 47

Annexure-III A AS PER PAGE NO.58 OF IRPW MANUAL SCHEDULE OF RESTRICTION TABLE – I Proposed schedule for Deep screening (Manual packing and CTR)

Detail of work Day of working Speed Restriction Deep screening and initial packing 1 2 First through packing 3 Second through packing 4 20 KMPH Picking up slack as required 5 6 7 8 45 KMPH 9 10 Third through packing 11 12 13 14 15 75 KMPH 16 17 18 19 20 Fourth through packing 21 21 Normal sectional on words speed

Annexure-III B

Schedule of speed restriction for deep screening by BCM followed by Tamping and Stabilization by TTM and DTS machines for BG.

Details of Work Days of Work Speed Restriction Deep screening of track by BCM, ballast equalization 1st day 40 Kmph followed by initial packing and initial stabilization by DTS. First round of tamping followed by stabilization of track by 2nd day (1st 40 Kmph DTS Tamping) Survey of track for design tamping mode as per Annexure 3rd day 40 Kmph 5.3 of IRTMM-2000, boxing of ballast section and tiding. Second round of tamping followed by stabilization of track 4th day 40 Kmph by DTS (2nd Tamping) Survey of track for design tamping mode as per Annexure 5th day 40 Kmph 5.3 of IRTMM-2000, boxing of ballast section and tiding Third round of tamping in design mode followed by third 6th day 75 Kmph round of stabilization by DTS (3rd Tamping) Inspection of track , boxing of ballast section and tiding 8th day Normal speed of the section.

48

The period of the schedule shown above can be suitably increased to suit local conditions of the track consolidation. Annexure-IV WORK CHART AND AUTHORISED LEVEL OF SUPERVISION sn Nature of Description of Lowest level Minimum level of Method statement work work of staff / supervision at site from should incorporate Supervisor contractor's side following in charge of work from Railway 1 Maintenanc a) Mechanised PWI Diploma holder in Civil/ Elec/Mech The duties and responsibilities e Deep Screening will be over all in-charge with of contractors overall operation Adequate number of supervisors supervisor and his team for having minimum 12th Science individual activity Certificate and adequate experience of supervising P.way works b) Manual Gangmate Supervisor with 12th As given in P.Way Manual Packing Science Certificate c) Lifting/ PWM Diploma holder in Civil/Elec/Mech On 'A','E' and 'C' route Lowering of with Adequate number of normally this operation shall track supervisors having minimum 12th be mechanized/ manual Science Certificate operation will require approval of CTE. Only non infringing jack should be deployed duly ensuring adequate protection 2 Rails, a) Packing or Gangmate Supervisor with 12th Science Relevant provisions of Sleeper renewal of Certificate with adequate IRPWM and LWR Manual to and single isolated experience of supervising P. way be followed. fastenings sleeper not works. requiring lifting or slewing of track b) Renewal of/ Gangmate Diploma holder with adequate For TFR work method recoupment of supervisors statement issued vide letter no. fastenings W.636/T Policy date 20/04/10 requiring lifting c) Casual PWM Diploma holder in Civil/ Elec/Mech As given in Manual also renewal of with Adequate number of minimum number of labour to sleepers and supervisors having minimum 12th be specified. fastenings over Science Certificate long stretches d) Carrying out PWI Diploma holder in Civil/Elec/Mech Work has to be done using welding of rail with Adequate number of prescribed small track machine joints at site supervisors having minimum 12th and all standard precautions Science Certificate and instructions to be part of contract documents 3 Ballast a) Screening of Gangmate Supervisor with minimum 3 years As per P.way manual. ballast other of experience in track work. than deep screening b) Deep PWM Diploma holder in Civil/Elec/Mech Method statement to be Screening with adequate number of approved by CTE minimum (Manual) supervisors having minimum 12th labour strength to be Science Certificate prescribed in contract document. 4 Destressing All operations PWI Elec/Mech with adequate number of Diploma holder in Civil/ regarding supervisors having minimum 12th Instructions have already destressing Science Certificate issued vide PCE's letter no. W.636/ T-Policy dt.20/04/10

49

Annexure V WORK CHART AND AUTHORISED LEVEL OF SUPERVISION

SN Nature of Description Lowest level Minimum level of Method statement should work of of staff / supervision at site incorporate following work Supervisor from contractor's in charge of side work from Railway 1 Haulage of Hauling of PWS Diploma holder in Adequate safety material rail, sleepers Civil/Elec/Mech precaution along with full around and heavy P. with adequate protection of track. In track way material. number of case more than 6 rail supervisors having dollies are to be deployed minimum 12th in a block section the Science Certificate work should be carried out only in traffic block. In case of sections having visibility problem work should be done under speed restriction block protection 2 Use of Required for PWS Diploma holder in The machine working mechanized welding Civil/Elec/Mech should be protected by equipment work, with adequate adequate speed restriction like disc TRR work number of and stipulated full cutter, weld supervisors having protection for trimmer, minimum 12th discontinuity of rail. rail Science Certificate grinding machine etc.

50

GENERAL CONDITION OF CONTRACT 1. Only basic cost has been, shown. Tenderer(s)/Contractor(s) have to quote only percentage above/below/at par rate for each schedule separately. 2. Tenderers are not required to quote item wise rates. In case any Contractor/Tenderer quotes unified percentage for each schedule and item wise rates against individual items also, no cognizance would be taken for the item wise rates quoted. 3. Tenderers are requested to quote the rates inclusive of all applicable taxes and duties whatsoever leviable by Government (state or central) or any statutory body. 4. Tenderer conditions regarding extra payment on above account will not be considered and rates quoted by the tenderer will be taken as rates inclusive of all taxes and duties as leviable by Government (state or central) or anybody. 5. As per the conditions of the contract the offer is required to be kept open for 45 days from the date of opening of the tenders. The offer of the rebate if any, quoted by the tenderer shall be considered for 45 days. Any shorter period of validity of rebate quoted by the tenderer will be ignored and rebate will be considered valid for 45 days or as extended further. Rate will be considered as per rebate only. 6. Workmanship-During execution of the work all released material/debris should be immediately removed from the site and it should be transported & dumped away from the colony at the places which will not affect the environment. In case any debris is noticed at site after completion of the work a penalty of Rs. 10000/- will be imposed in addition to the cleaning of debris. 7. (i) It should be specifically noted that some of the detailed drawing may not have finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration. (ii) No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work(s) arising out of delay in approval of drawings, changes, modifications, alterations, additions, omission and site lay out plan or detailed drawings and design and or late supply of such materials as are required to be arranged by the Railway or due to any other factor on Railway account. (iii) No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claims shall be entertained for business loss or any such loss. 8. Tenderer are advised to inspect the site conditions before submitting the tender. 9. Tenderer should submit his credentials alongwith Tender form, failing which his offer may not be considered. 10. Tenderer should apprise himself with the General Condition of Contract July 2014 as amended and for corrected from time to time. 11. In case of any dispute arising out of the punctuation and or any typographical error in the schedule, the same will be corrected with reference to USSOR-2011/SOR-2002/NS of Central Railway in original manuscript available with CE CSTM 12. The contractor will arrange his own tools, plants, machineries, labour, supervisors, and engineers etc to do the work. The Railway will supply no tools and plant. 13. The general and relevant notes applicable to the respective chapter/sub-chapter of Standard Schedule of Rates will apply to the schedule items and should be considered as having been incorporated in the contract agreement and binding to the contractor. 14. Tenderer shall not quote any special condition. In case special conditions are quoted by the tenderer and the same is not accepted by the Railways and if the offer refused by the tenderer with Railway stipulations on special conditions quoted by the tenderer (s), the Earnest Money deposited by the tenderer shall be forfeited. END OF THE TENDER DOCUMENT

51